procurement of infrastructure project mrt3 capacity...

101
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of Infrastructure Project MRT3 Capacity Expansion Project Lot 2: Upgrade of Ancillary Systems (Rebid) Government of the Republic of the Philippines VOLUME II : SPECIFICATIONS Fourth Edition December 2010

Upload: others

Post on 30-Oct-2019

7 views

Category:

Documents


0 download

TRANSCRIPT

PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)

Procurement of Infrastructure Project

MRT3 Capacity Expansion

Project Lot 2: Upgrade of

Ancillary Systems (Rebid)

Government of the Republic of the Philippines

VOLUME II : SPECIFICATIONS

Fourth Edition

December 2010

TERMS OF REFERENCE

MRT3 CAPEX Lot 2: Upgrade of the Ancillary Systems

1. INTRODUCTION

DOT-MRT3 is planning to increase the line capacity and train capacity of MRT3 by

increasing the train configuration from 3-car train configuration to 4-car train

configuration running at improved headway not more than 150 seconds during peak

hours. With this objective, DOT-MRT3 created CAPEX projects for MRT3, LOT1

which is the procurement of 48 additional LRVs; LOT2 which is the upgrade of the

ancillary systems; and LOT3 which is the Signaling System Upgrade. All

modifications to improve the capacity of the existing MRT 3 System is purposely to

serve more riding public with safe and reliable transport system.

These projects are the support capacity improvement of LOT1; LOT2 covers the

Power Supply System, Overhead Catenary System, Civil works and Track works and

LOT3 covers the upgrade of the Signaling System.

2. MRT-3 SYSTEM DESCRIPTION

A. General

The MRT-3 System is the cornerstone of the Department of Transportation’s

(DOT) integrated strategy to alleviate the traffic congestion along the EDSA

corridor. Completed in July 2000, the MRT-3 is carrying a maximum of around

600, 000 passengers daily. The system is built by a private consortium, Metro Rail

Transit, Corp. (MRTC), under the Build, Lease and Transfer Agreement with the

for a period of 25 years.

B. Alignment

The line is a 16.9km rail system occupying the median of EDSA with 40% at-

grade, 52% elevated and 8% underground or depressed. Running from North

Avenue, Quezon City to Taft Avenue in Pasay City, the MRT-3 has a total of 9

elevated, 2 at-grade and 2 depressed stations with side platforms for elevated and

center platforms for depressed or at-grade stations.

C. Guideway

The total length of the MRT-3 guideway is about 16.9km consisting of the

Kalayaan Tunnel (515m), At-grade level (7000m), elevated structures (9000m) and

steel structure (135 m). It traverses along EDSA from North Avenue in Quezon

City to Taft Avenue in Pasay City, designed to fit the existing infrastructures like

the Magallanes and Ortigas Flyovers.

The elevated guideway structure was constructed using reinforced concrete except

for the Guadalupe Bridge, which is made of structural steel. The guideway supports

spaces for the Signaling, communication, high and low voltage power distribution

systems of the MRT-3. It is made of AASHTO pre-stressed girders with reinforced

concrete slab overlay of about 210mm thickness and supported by either column

piers or portal frame supports. All guideway foundations are generally bored piles.

All design and construction of the elevated guideway are in accordance with the

existing Philippines Standards and Code of Practice and/or international applicable

standards.

D. Tracks

The MRT-3 system uses a standard gauge track of 1435mm utilizing UIC 54 rail

profile welded together to form continuous rail using flash-butt and alumino-

thermic welding process for the mainline. Crossovers are located in North, Cubao,

Shaw, Buendia and Taft with an access track to and from the depot located between

North Avenue and Quezon Avenue Station.

The Mainline has a minimum horizontal radius of 370 m and applies an absolute

maximum gradient of 4.0%. For the Depot Access Track, an absolute gradient of

5% is present with zero cant all throughout the depot area and a minimum radius

of 25m in the depot curved sections.

The mainline track consists of both ballasted and concrete plinth sections.

Ballasted tracks are about 7.6km in distance, supported by concrete sleepers, with

750mm spacing. Rail fastening is made through the use of Rail Fastening System

laid on the ballast with at least 250 mm depth. Concrete plinth tracks are about

9.15 km long utilizing direct fixation fasteners with 750 mm spacing and supported

by a concrete plinth of 220 mm thickness.

Remote operation of point switches for crossovers at North, Taft, Shaw, Depot

Access Track and at the pocket track at Taft can be carried out from the Control

Center. Manual point switches are installed in Buendia and Cubao for maintenance

and emergency operation. Automatic point switches are fitted with position

detectors that can be monitored from the Control Center while manual point

switches are fitted with levers and locks only.

Current maximum train speed is at 40 kph and shall be increased to 65 kph after

track replacement/rehabilitation.

E. Stations

There are 13 stations along the 16.9-km stretch of the MRT-3 system. Station

platforms are designed to accommodate 4-car train operation with standard

platform length of at least 130m. It has two main areas: The Paid Concourse Area

that accommodates paid riding passengers; and Unpaid Concourse Area for

queuing passengers with commercial spaces, retail shops and other public services.

The two areas are divided by the fare collection gates structured to accommodate

future expansion. Each station is also equipped with facilities that cater to the

elderly and handicapped.

All stations are equipped with elevators (lifts) capable for serving handicapped and

elderly passengers. Internal escalators are installed inside the paid areas while

external escalators are provided in some elevated stations to access concourse areas

from street level.

F. Depot Facilities

A Depot that houses the Light Rail Vehicles is located adjacent to the North

Avenue station where the maintenance of LRV(s) is performed and trains are

stabled. It has a total area of 84,444m2 which houses the workshop and

maintenance facilities and has stabling capacity for 81 LRVs, with provisional

space available for additional 40 LRVs. It has facilities capable for light and heavy

maintenance works with office spaces for the operation and maintenance

management.

G. Rolling Stock

The MRT-3 system has a total fleet of seventy three (73) Light Rail Vehicles

(LRV’s), but four (4) LRVs are currently not in service. These are Cars 70, 73, 03,

and 08.

The LRV is built by CKD Doprovni Systemy of Prague. It is articulated in three-

sections with four bogies (eight axles), designed for single-ended operation. Each

has ten double-leaf, electronically-operated, plug-sliding doors (5 on each side),

with three center doors having an open width of 1,255mm and two end doors at

861 mm. Each LRV can seat a total of 74 passengers and can accommodate 320

standing passengers for a total of 394 passengers per LRV.

The cars are equipped with Automatic Train Protection System (ATP), which

collects information from wayside system through balises for the speed monitoring

and control. Each car has a Digital Diagnostic System that monitors the defects

and assists Train Drivers during failure intervention.

Each LRV has four motorized bogies with two traction motors each, controlled by

choppers with IGBT thyristors that activates the traction system. Traction and

braking can be controlled using the Hand Controller located at each Driver’s Cab.

The braking system is composed of Electrical, Mechanical Disc and

ElectroMagnetic Track Brakes, operating in synchronous action depending on the

brake application.

The MRT-3 Rolling Stock main specifications contain the following:

Nominal Pantograph Voltage : 750 VDC (retained performance 500-900

VDC)

Track Gauge : 1,435 mm

Wheel Diameter : 700 mm – new, 595 mm –worn

Number of Bogies : 4 – all Motor Track

Distance between bogie centers : 7,500 mm

Bogie Wheel Base : 1,900 mm

Primary suspension : Steel spring

Secondary suspension : Wound-up steel spring

Roof height from top to rail : 3,250 mm

Roof mounted equipment height : 3,650 mm

Pantograph height in down

position

: 3,724 mm

Pantograph working height,

min./max

: 3,900 mm/6,129 mm

Vehicle Width : 2,500 mm

Height of Floor from top to rail : 925 mm – new wheels

Floor thickness at center sill : 19 mm for the floor proper of 15 mm &

rubber carpet of 4mm

Length over couplers : 31,720 mm

Length of train set inclusive of

anti-climbers

: 93,820 mm – 3 car train

Tare Weight : 46,800 kg.

Maximum axle load : 9,000 kg.

Maximum speed : 65 km/h

Continuous Rating : 516 kW

Air-conditioning Rating : 132 watts/person (274 total,)

Number of Traction Motors : 8 DC powered motor

Maximum Acceleration : 1.03 m/sec2

Full service brake deceleration : 1.01 m/sec2

Emergency brake deceleration : 1.58 m/sec2

Seating capacity : 74

Standing capacity (8

persons/m2)

: 320

Total train set capacity : 1,182 passengers – for 3-car train

Door actuation system : Electric

Passenger door throughway : 1,255 middle door, 861 external door

Body shell material : Low alloy high tensile steel and

aluminum sheets for ceiling

Propulsion system : Thyristor/chopper type

Battery Voltage : Min. 2 x 80 Ah/24 volts

Three phase voltage : 480 volts AC, 60 Hertz

Transmission : Bogie-mounted motor transmitted to the

Axle by means of the joint shaft and to the

gearbox with tooth conical hypoid gear

Brake system : Dynamic Brake with regeneration +

mechanical friction brake +

electromagnetic brake

Minimum curve radius : 20 m

Couplers : Fully automatic coupler

G. Power Supply System

There are eight (8) Traction Power Substations (TPSS) along the MRT-3 system

comprising seven TPSS dispatched along the line, strategically installed in selected

stations and one in the Depot, each receiving high voltage supply rating of 34.5KV

AC from MERALCO. Each TPSS has two incoming feeders connected to two

independent power substations of MERALCO to ensure power distribution in the

event of failure of one supply line. The Power Supply Network consists of two

sub-networks:

The “traction” sub-network, dedicated to supply power for the movement

and maintenance of trains. This sub-network consists of 34.5 KV feeder

cables, 3000 KW Rectifier-Transformers (RT) and overhead contact

system with a nominal rating of 750 VDC.

The “lighting & auxiliary power” sub-network, dedicated to supply power

to MRT-3 facilities such as stations, ancillary buildings, Depot

equipment, etc. This sub-network consists of 11 KV feeder cables,

Auxiliary Transformers (AT), 480V/220V AC 60 Hz, low voltage

cabinets and backup power supplies.

All TPSS and Substations are equipped with alarm systems that can be monitored

in the Control Center. In case of failure of one substation an alarm is triggered and

manual switching of supply can be performed in the substation. All TPSS are

linked, capable of supplying power to each adjacent section in case of failure of

one substation. This ensures continuous operation even in the event of power

failures. The seven (7) TPSS along the mainline are located in Kamuning,

Santolan, Ortigas, Guadalupe, Ayala, Magallanes and Taft while the TPSS in the

Depot are provided for the supply of power for mainline and maintenance

requirements.

The power supply network of the MRT-3 is provided with grounding/ earthing

network, including lightning protection system for the OCS and stations.

The power supply system is designed to accommodate 2.5 minutes Headway, 3-

car train operation with provision for upgrading to accommodate 2 minutes

headway using 4-car trains. Additional rectifier-transformer units and associated

equipment can be installed in allocated spaces inside substation rooms to provide

for the MRT 3 Capacity Expansion (CAPEX) Project.

H. Overhead Catenary System (OCS)

A simple auto tensioned catenary system is employed in the MRT-3 mainline

consisting of single contact wire 170mm2 cross-section, solid grooved hard drawn

copper and double messenger wires of 150 mm2 cross-section hard drawn stranded

copper. In addition to the messenger and contact wires along the mainline, double

250mm2 cross-section bare copper parallel feeder wires are installed to provide

continuous supply.

In the depot area, span wire registration is employed and the contact wire is fixed

at each end of the wire. This results in a decrease in tension as the temperature

increases and an increase in tension as the temperature decreases. The catenary

system is sectionalized and is provided with outdoor type manually operated

disconnecting switches, to provide isolation as required for operations and

maintenance.

The OCS is designed for rated speed of 120kph, with supports and assembly

mounted on independent OCS Masts/Poles that are integrated to the mainline

viaduct. The OCS, composed of Feeder, Messenger and Contact Wires is installed

overhead via insulated cantilevers and is supported via counterweights to maintain

uniform height from the top of the rail in each section.

Contact wire height is maintained along the line through droppers that are used as

support and current distributor. The droppers are uniformly installed per section

with corresponding leveling height in order to maintain acceptable wire sag. These

droppers are connected to the messenger wires as conductors to feed current from

the messenger to the contact wires and hold as support to maintain the contact wire

height with acceptable tolerance. Double messenger wires are installed along the

line and are connected to the overhead feeder through feeder jumpers.

Isolation switches are located all along the line to allow current distribution from

designated TPSS. In case of emergency or faults in the TPSS, isolation switches

can be operated to allow looping the OCS or manual disconnection during

maintenance. Each isolation switch is fitted with Contact Wire Section Insulators

to separate the distribution of current from adjacent TPSS.

Under the MRT 3 Capacity Expansion Project, a new catenary network will be

installed at the depot area for the additional tracks of the expanded depot stabling

area. Also, additional catenaries will be installed from the end of North Avenue

station up to the future MMRIT-Common Station for the seamless interconnection

of LRT Line 1 and MRT 3.

I. Back-up Power System

Each substation has independent Uninterruptible Power Supply (UPS) system for

emergency back-up. In case of power interruption, the UPS can supply power to

the Automatic Fare Collection (AFC) System, Signaling and other emergency

facilities for three hours duration.

In addition to the above back-up supply, power generators are also available for

the sump pumps and tunnel smoke extraction equipment to provide for emergency

back-up in cases of fire or flooding.

J. Signaling System

The Signaling system of the MRT-3 is a fixed block system which consists of an

Automatic Train Protection (ATP), Microprocessor-based Interlocking, Control

and Supervisory System and train detection system utilizing audio frequency track

circuits with two aspect colored light signals. The Signaling system corresponds

to a Safety Integrity Level SIL 4 and has been designed for 120 seconds headway.

The main line can operate at a maximum speed of 65 KPH and may operate at a

headway of 3 minutes. However, with the inception of extending the MRT-3 line

in the future, the operational headway would be 120 seconds. There is no Signaling

equipment at the Depot, hence the train’s maximum speed in the depot 15 KPH.

K. Communications System

The MRT-3 Communications System consists of the following subsystems which

forms an independent system wide communication. It is installed to operate under

all environmental conditions and even in the event of multiple power failures for a

period of three hours.

i. Public Address System

The Public Address System is used to convey messages to passengers and

station personnel. It has 12 preset digital pre-recorded safety messages and

4 track tape console for piped-in music, and 16 pieces 150 watts power

amplifiers to obtain maximum loudness. All stations are equipped with an

independent Public Address System Console located at each Signaling

Room.

ii. Closed Circuit Television (CCTV)

All stations are equipped with independent CCTV System, controlled and

monitored at each Station Control Room. Pan-tilt cameras are strategically

located at various locations of the station to monitor passenger flow and

security surveillance within station premises. Surveillance cameras are

installed in various public areas such as the platform, concourse,

footbridges elevators and stairways. In the Depot, cameras are installed at

different locations to view train movements inside the yard or stabling area

and inside the tunnel to and from the access track to the mainline. Control

and monitoring of these cameras can be performed at the Yard Master

Room.

iii. Private Automatic Branch Exchange

The MRT-3 system has a centralized telephone system that interconnects

internal and outside calls with the aid of an auto attendant computer. It

maximizes the available 20 trunk lines for the 32 digital and 150 analog

local lines serving the whole stretch of the MRT-3 system, utilizing the 150-

pair main communications cable laid along the MRT-3 carriageway and

linked with the 14 Main Distribution Frames.

iv. Trunk Radio System

The MRT-3 system utilizes a trunk radio system to facilitate

communications between the Control Center, Train Drivers and stations.

Three communication channels are available for operations, namely:

Mainline, Depot and Emergency Channel. The Mainline Channel is

generally utilized for day-to-day operation while the Depot Channel is

provided for maintenance personnel to assist the Control Center and train

drivers during interventions. The Emergency Channel is provided as

dedicated line in case of interruptions and incidents along the line.

L. Automatic Fare Collection (AFC) System

The AFC system of MRT 3 utilizes Contactless Fare Media cards for entering and

exiting the station. This supports both the Single Journey Tickets (SJT) and Stored

Value Cards (SVC). The AFC equipment at the station is composed of Automatic

Gates (AG), Point of Sale (POS), and Ticket Vending Machines (TVM). The

Station Computer (SC) monitors and controls all the station equipment (AG, POS,

and TVM). The Central Computer System–Railway Operator (CCS-RO) and

Monitoring Control Work Station (MCW) collects and downloads various data and

parameters from and to the SC.

M. MRT-3 Control Center

The MRT-3 Control Center located at North Avenue station provides overall

supervision and monitoring of system operation. Equipped with train traffic

control equipment, base console radio system and other major telecommunication

equipment, the Control Center provides round-the-clock management of system

operation and maintenance.

The Control Center remote system (MAN 900) accesses and controls train traffic

as well as monitor the location of the trains, status of the Traction Power system

and other emergency alarm panels.

3. SYSTEM OPERATION

The original Line Capacity of the MRT-3 is designed at 23,640 PPHPD providing

maximum of 20 trains, at 3-car configuration, during peak period with minimum

headway of 180sec (3min). Each LRV can seat a total of 74 passengers and

accommodate 320 standing passengers or a total of 1,182 passengers per train. This train

capacity is based on AW3 crush loading of 8 passengers per square meter.

Presently, the MRT-3 operates from 4:30 AM to 11:00 PM with different operating

periods and train dispatch schedule according to a specific train timetable. The current

loop time is approximately one-hour and ten minutes with a minimum headway of 4

minutes or 240 seconds during peak periods. The average dwell time in each station is

approximately 25 seconds and the maximum train speed is 40kph. Peak periods will be

from 6:30 AM to 9:00 AM and 5:00 PM to 7:30 PM.

4. LOT 2 PROJECT DESCRIPTION SUMMARY

In conjunction with MRT3’s procurement of additional 48 LRVs to increase the line

capacity of the rail system and help reduce waiting time of passengers, the Ancillary

Systems shall be upgraded to accommodate the increase in fleet size.

The additional fleet will improve the existing train configuration of three-car trains to

four-car trains operation.

The Ancillary Systems upgrades include the Signaling, Power Supply and OCS, Depot

Stabling, Depot Workshop, North Avenue Turnback and Taft Pocket Track.

The Signaling upgrade covers among others, modifications of the existing signaling

system which include wayside installations, upgrade of Interlocking equipment and

replacement of signal bulb with LED type.

Signaling works include Interface provision for the construction of a new double cross-

over turnout at North Avenue Station; and the conversion of manual point machines at

Cubao and Buendia Stations to central control.

However, the Signaling Upgrade shall not be included in this contract. The upgrade of

the signaling system described above shall be carried out by the Signaling Provider of

the MRT3. This is being mentioned for the information of the Bidders of this Contract.

The Contractor of this Project shall follow the design requirements and specifications of

the Signaling system to make the Power & OCS system, Civil Works and Track Works

fully integrated to the Signaling system.

5. CONCEPTUAL DESIGN

The DOT-MRT3 CAPEX Project Lot 2 is effectively seeking to provide MRT3 with

sufficient installed Traction Power and OCS capability to achieve the maximum through

put of passengers possible for this mode of transport.

The present design can carry when in as new condition 23, 640 passengers per hour per

direction.

The ultimate or conceptual design should be close to 47,280 passengers per hour per

direction based on the presently proposed 4 vehicle trains, operating on a 2-minute

headway. In the future this could possibly be further improved to 60,000 passengers per

hour per direction by using more efficient trains of say132m with 6 - 22m long cars with

say a total of 230 seated and 1,770 standing passengers (8 passengers per square meter)

operating on a 2-minute headway.

To operate trains of this size and frequency it is reasonable to assume the presently

installed Traction Power facilities require to be doubled, and the OCS requirement in

terms of Voltage drop due to circuit resistance decreased by at least 30% to cover for the

increased line currents due to the larger trains.

The presently installed Traction Power capacity is 30MVA, consisting of 10-3MVA

Transformer-Rectifier sets distributed relatively uniformly along the track way. The

addition therefore of a further 10-3MVA units should provide ample capacity for the

ultimate line requirements.

The increase in Train loads from a present 3 vehicle configuration to a 4 vehicle train

will require effectively an increase in current capacity when accelerating from

4,500Amps to 6,000 amps, just over 30%. To accommodate this with no further

deterioration in volt drop at the pantograph, the present circuit resistance will have to be

reduced by approximately 25%. This can be achieved by increasing the presently

installed copper over-head line cross section estimated at 970sqmm to 1,250sqmm by the

addition of a further 250sqmm feeder cable.

Any further improvements that can be made to the return current path through the running

rails, by cross bonding, upgrading to UIC60 rail and increased cable sizes will further

guarantee the provision of Power to these 4 vehicle trains.

6. PERFORMANCE SPECIFICATIONS

The above concept design is the basis for the performance specification further detailed

here in.

In addition to the chapters on the Power and OCS, the requirements for the Depot

Stabling, Depot Workshop, North Avenue Turnback and Taft Pocket Track are set out.

In particular the RAMS (Reliability, Availability, Maintainability and Safety)

requirements are established, that when achieved will ensure the Lot 2 contract will meet

the expectations of providing the Ancillary services to the DOT-MRT3 CAPEX Project

7. POWER SUPPLY AND OCS

7.1. The Existing Power Distribution and OCS Systems

The MRT3 System receives power at 34.5 kV 60 Hz from the local power utility,

MERALCO, at several feeding points. The Power Distribution Network consists of two sub-

networks:

a. The “traction” sub-network. This is dedicated to the power supply for the movement

and maintenance of trains. This sub-network consists of 34.5 kV feeder cables,

switchgear, rectifier-transformers (RT) and the overhead catenary system. The OCS

system is fed by positive and negative return cables from the rectifiers at 750 Vdc. The

catenary is sectionalized and switched to provide restored line power in the event of an

outage at any location.

b. The “lighting & auxiliary power” sub-network. This is dedicated to the power supply

for the MRT3 facilities such as stations, ancillary buildings, depot workshops/equipment

and offices. This sub-network consists of 11 kV feeder cables, auxiliary transformers

(AT), 480V/220V AC 60 Hz, low voltage switchgear/distribution equipment and backup

power supplies.

The Traction Substations and equipment are designed such that it is possible to install

additional rectifier-transformer units and associated equipment alongside the existing

facilities.

7.2 Upgrading of the Power Distribution and OCS Systems

The MRT 3 will be upgraded by means of this Capacity Expansion project, target to be

implemented by year 2016. The intention is to run 24 train sets (4-car) with minimum

operational headway not greater than 150 seconds by this date. However in the ultimate, 30

train sets of 4 LRV’s will be operated on a 120 second headway.

Since the present operation utilizes 3-car train sets with 3-minute headway, the existing

Power Distribution and OCS Systems also requires analysis to determine the extent of

upgrading.

In particular, the present OCS system shall be studied to ensure that the volt drop along the

line shall not be such as to reduce the performance of the Trains when operating with 4

LRV’s on at this time a 150 second headway. Additional feeder cables shall be laid alongside

the present cables with connections to the Overhead Contact wire as appropriate.

The Negative Return Current path through the running rails to the substation shall also be

studied to ensure the bonding of the rails will meet the new and larger line currents.

A new catenary network shall be installed in the depot area for the additional tracks (Tracks

9, 11-15) of the expanded Depot Stabling Area. The new tension length for the new double

cross-over turnout at North Avenue Station as well as the track works included therein shall

form part of the contract. Finally the extension works for the stabling sidings at Taft Avenue

shall include for the OCS and track works.

This Contract requires that the Power Distribution and OCS Systems shall be configured to

match the upgraded revenue service.

Prior to Contract Award, the Prospective Bidder must demonstrate that he has a very clear

understanding of the existing Power Supply Equipment and Systems, the existing OCS

Equipment and Systems, the existing Controls/Monitoring Systems and the existing SCADA

System. In this connection, visits to the MRT 3 are mandatory during the tendering period

to ensure that the Prospective Bidder is fully aware of the present “as installed” systems and

the necessity for compatibility and integration with the new equipment and systems.

For this purpose, the drawings under Section VII are provided for the Prospective Bidder’s

information.

As the works under this contract will involve activities on a ‘live’ railway, the Contractor

shall adopt and adhere to the MRT3’s Rules and Procedures at all times.

Under no circumstances, shall the Contractor cause disruption to the revenue service. All

staging works, timing and method statements shall be approved by the Owner and the

Engineer before any night or day work is permitted to commence.

7.3. Proven Technology

The Contractor shall provide a power supply system utilizing assemblies and components

which have been proven in similar service and configured in an arrangement which has been

demonstrated to provide the required performance.

8. SCOPE OF WORKS

The Scope of Works shall include, but is not limited to the following:

a. Checking of the existing peak electrical loads on the mainline and at the Depot

for the DC Traction Power, LV AC Auxiliary Power and Back-up Power (UPS

and Control Batteries) to determine spare capacity for input to the power study.

b. Checking the existing OCS contact wire and positive and negative return feeder

ratings on the mainline and at the Depot.

c. Submission of all elements of the detailed for approval by the Engineer.

d. Interfaces with civil, track and signaling works.

e. Electrical and Mechanical design calculations.

f. Commissioning of a Computer Simulated Power Study utilizing a specialist in

this field for validation of the Contractor’s detailed design.

g. Detailed design including integration and interfacing with existing equipment,

controls and monitoring systems, procurement, delivery, installation, testing and

commissioning.

h. Maintain interfacing requirement with the Signaling System.

i. Preparation of Design calculations.

j. Removal of the existing SCADA system and peripherals. Procurement, deliver,

installation, testing and commissioning of the new equipment system.

k. Submission of material samples for approval by the Engineer inclusive of

corrosion protection such as galvanizing of assemblies for OCS.

l. Arrange with the Power Authority (MERALCO) in the context of increased

loadings, fault levels, harmonics, metering and protection.

m. Facilitate connection of 34.5 KV, 3phase-60Hz from power authority

(MERALCO) for Cubao and Boni TPSS.

n. Rectification of defects during Defects Liability Period.

o. Training of the Owner’s maintenance staff.

p. Preparation of O&M manuals inclusive of parts catalogue, repair instructions,

maintenance instructions, test results from commissioning and fault finding.

q. Preparation of As-built drawings, schematic drawings, line diagrams and

interface drawings.

r. Preparation of recommendations for and provision of spares and special tools in

liaison/coordination with the Owner’s Maintenance Provider

9. POWER SYSTEM PERFORMANCE REQUIREMENTS

The upgraded Power Supply System which shall be provided under this Contract shall be

designed so that adequate power will be supplied to the trains based on the following:

All on-board electrical equipment operating without any restrictions.

Constant AW3 loading conditions throughout the system.

Trains of the maximum-length (4-car) required to meet the specified capacity

requirements.

Trains operating at the minimum operating headway not greater than 150

seconds.

All trains are running at the maximum proposed operating speed allowed

(65kpH).

The Contractor shall perform a power system load flow analysis to demonstrate that his

design meets the various capabilities. The ratings for the proposed rectifier transformer sets

and switchboards shall be included, as well as short circuit protection coordination,

grounding, and cathodic protection analysis.

The overloading capability of rectifier transformer units shall be:

100 % continuously

150 % for 2 hours, twice a day

300 % for 1 minute

The overhead contact system, running rails, and associated connections shall be capable of

maintaining voltages at the vehicles no lower than 500 V.

9.1 Power System Redundancy

The power system shall be designed using equipment of established reliability, and shall

incorporate redundancy to achieve the overall System Availability targets. The

Contractor shall demonstrate this by performing system availability calculations.

With the substations operating normally, the power system shall be designed to support

the system capacity defined above with no overloads. The following level of redundancy

shall be provided:

a. The total failure of any one Traction Power Sub-Station (TPSS) in any adjacent

TPSS shall not lead to any operational disturbance to the scheduled revenue

service – even momentarily – and which does not require line personnel to carry

out any emergency action.

b. The loss of any single MERALCO feed shall not lead to any operational

disturbance to the scheduled revenue service – even momentarily – and which

shall not require operations personnel to carry out any emergency action.

c. During the failure of one TPSS, the loads on the rectifier transformer units of

adjacent substations shall be within the overload capability of the equipment.

d. In order to accommodate these load carry-overs instantaneously during degraded

situations, the nominal power of the TPSS are to be sized accordingly. Standard

IEC 146 recommends that rectifier transformer sets withstand 150% rated power

overload for 2 hours.

9.2 Standardization

Equipment rating between the existing and additional shall be standardized to the

maximum possible extent. Where possible without incurring excessive costs, all rectifier

transformer units supplied under the Contract shall be of the same rating.

9.3 Power Supply System Protection and Earthing

All individual circuits shall be provided with overload and ground fault protection. Each

feeder breaker shall be equipped with rate-of-rise, overload and instantaneous series trip

devices.

For the Depot, the addition of rectifier transformer sets shall not in any way affect the

electrical interlocking between cathode breakers and tie breaker, i.e. electrical

interlocking permits closing the tie breaker when the Depot substation cathode breaker

is opened and the direct current (DC) manually operated disconnecting switch connected

to the negative bus is closed.

The fault and overload protection subsystem shall be selective, protective devices shall

be properly coordinated such that any fault or overload condition shall result in tripping

of the smallest isolatable OCS sections by use of transfer trip relayed through pilot wires.

Each mainline and Depot feeder breakers shall be provided with load measuring and

reclosing devices. Starting currents and fault currents shall be coordinated.

Proper selection and setting of protective devices shall be provided to ensure that the

electrical system is coordinated internally, and with MERALCO’s over-current

protection requirements. Each level of coordination shall be selected for proper

downstream protection without compromise of the system’s operational capabilities.

Each rectifier assembly and each DC switchgear enclosure shall be provided with a low

resistance ground fault protection system.

Time current characteristic curves and overlays shall be provided to show that the over-

current device curve characteristic between the primary switchgear and major feeder

over-current protective devices are properly coordinated. Settings shall be provided for

all adjustable over-current protective devices.

9.4 Remote Control and Monitoring

The Contractor shall replace the SCADA System and remote terminal units (RTUs) to

allow remote control and monitoring of the power supply system equipment.

The main operation of the system includes control and monitoring of incoming feeders,

breakers, isolators, circuit breakers and switches, analogue values, digital values and

alarm signals from the equipment of TPSS and at peripheral stations.

The power remote control system controls and monitors the following systems:

a) The 34.5 kV Power System

b) 750 V DC Traction System

c) The 480 VAC System and Station Installations

d) The Electrical Systems of Depot Workshop

9.5 Power Factor

The present system power factor when averaged over two-hour period was established

to be at least 0.85 lagging. During the final systems testing and initial operations of the

System after the installations of additional power supply equipment, power factor shall

be recorded at a value not lower than 0.85 lagging and if the upgraded power supply

system cannot achieve this power factor naturally, the Contractor shall provide power

factor correction equipment required to achieve this power factor performance.

9.6 Harmonics

The integration of supplementary power equipment to the system shall be in accordance

with IEEE Standard 519- Recommended Practices and Requirements for Harmonic

Control in Electrical Power Systems. If the power system incorporates power factor

correction capacitor banks, these shall be designed to operate in the presence of the

power system harmonics generated by the traction rectifiers and other converters in the

system, and detuned as necessary.

9.7 Electromagnetic Interference/ Electromagnetic Compatibility (EMI/EMC)

The integration of supplementary power equipment to the system shall be in accordance

with the following standards or their equivalent:

EN 50 121-1

EN 50 121-2

EN 50 121-5 for electrical equipment

EN 50-121-3 and EN 50 121-4

For the intersystem analysis with other systems such as Rolling Stock, Communications

or Automatic Train Protection, the Power Supply equipment shall be designed and

installed such that possible harmonics generated and eventual inducing fields shall not

affect signal, communication and control system.

For this purpose, an intersystem analysis documents (ATP/power supply,

Communications/power supply, etc.) shall be performed.

The Contractor shall carry out a preliminary EMI hazard analysis, in order to identify

equipment susceptible to EMI, and those that are sources of EMI, and propose EMI

mitigation measure.

9.8 Noise

The noise level from any equipment covered by in this Specification shall be tested per

ANSI or IEC standards and shall not exceed the prescribed sound levels therein.

10. POWER SYSTEM DESIGN REQUIREMENTS

The Contractor shall perform simulations of the System operation and the corresponding

power system load flow analysis to validate that his power system design shall be capable

of supporting the ultimate loading capacity described in Section “Power System

Performance Requirements” as well as substation failure conditions as described in

Section “Power System Redundancy”. The adequacy of the ratings of power cable,

transformers, rectifiers, batteries, resistors, switchgear and the like shall be verified using

the load flow analysis.

10.1 Standards, Publications and Codes

10.1.1 General

The following standards, publications and codes shall be recognized in regards

to evidence of good practice for this Project:

AISC American Institute of Steel Construction

ANSI American National Standard Institute

APTA American Public Transit Association Guidelines for

Design of Rapid Transit Facilities

AREMA American Railway Engineering and Maintenance-of-Way

Association

AS Australian Standards

ASME American Society of Mechanical Engineers

ASTM American Society for Testing and Materials

AWS American Welding Association

BRB/RIA British Rail Board/Railway Industries Association

BS British Standards

DIN Deutsche Institute of Normung

EIA Electronics Industries Association

FMRC Factory Mutual Research Corp.

IEC International Electrotechnical Commission

IEE Institution of Electrical Engineers

IEEE Institute of Electrical and Electronics Engineers

ISO International Standards Organization

JIS Japanese Industrial Standards

NEMA National Electrical and Electronics Engineers

NESC National Electrical and Safety Code

NPC National Plumbing Code, USA

ORE Organization de Research Essaies

UIC Union International des Chemin de Fer

UL Underwriter’s Laboratories, Inc.

USAS United States of America Standard Institute

All relevant local standards, codes and regulations shall apply.

10.1.2 Transformer- Rectifier Units

Transformer –Rectifier Units supplied under the Contract shall comply with the

codes, regulations and standards listed in this section or equivalent.

ANSI C57, Transformers, Regulators and Reactors

NEMA TRI, Transformers, Regulators and Reactors

NEMA R19, Silicon Rectifier Units for Transportation Power

Supplies

ANSI C34.2, Practices and Requirements for Semiconductor

Power Rectifier

IEEE No. 59, Semiconductor Rectifier Equipment

IEC 76, Transformers

IEC 146, Rectifier

IEEE Standard 12 760-1997, Transformers (High Temperature

Insulation)

10.1.3 DC Switchgear

DC Switchgear supplied under the Contractor shall comply with the codes,

regulations and standards listed in this section or equivalent.

IEC 157-1, Low Voltage Switchgear and Control Gear

ANSI C37, Power Switchgear

NEMA SG3, Low Voltage Circuit Breaker

NEMA SG5, Power Switchgear Assemblies

NEMA SG6, Power Switchgear Equipment

ANSI C34.14, Low Voltage DC Power Circuit Breakers Used in

Enclosures

EN 50 163

EN 50 123

EN 50 023

IEC 850, Level of Voltages for Railway and Subway Systems

10.2 Data Sheet

The Contractor shall provide – at the Proposal stage – all the performance and data

sheets for the additional Power Supply Equipment. On these sheets, the nominal

current, nominal voltage, size, weight, maximal performance and minimal

performance shall be indicated.

10.3 Power Simulation Study Inclusive of Load Flow Analysis

Immediately subsequent to Contract Award, the Contractor shall appoint a

specialist to conduct a computer simulated power study to validate his detailed

design.

The appointee shall demonstrate his experience and be subject to approval by the

Owner/Engineer.

11. POWER SYSTEM EQUIPMENT REQUIREMENTS

11.1 Rectifier Transformer Units

Substation rectifier transformer units shall be complete with all standards and specified

accessories, auxiliaries, controls and all necessary hardware, interconnecting buses,

wiring and devices.

Transformers shall be of the silicone oil filled type copper winding, high efficiency and

self air-cooled and suitable for outdoor installation, and meet the IEC 146 heavy traction

rating Class 6.

Silicone diode rectifier shall be indoor rated for 12 pulse output, 3000 KW, natural

convection air-cooled, free-standing, and metal enclosed. Air filters, if required, shall be

easily replaceable.

Each rectifier shall be complete with internal buses, connections and flanges for external

bases, protective devices, control wiring, terminal blocks and other necessary

accessories.

11.2 Overhead Catenary System

11.2.1 General

This specification defines the minimum requirements to be met by the

Contractor’s proposed Overhead Catenary System for the additional tracks

(Track 9, 11-15) of the expanded depot stabling area. The new tension length for

the new double cross-over turnout at North Avenue Station as well as the track

works included therein shall form part of the contract.

The catenary system supplied under this Contract shall be of a proven design

satisfying the system performance requirements defined in this document. The

catenary system shall be compatible with the existing OCS of MRT 3 and shall

also satisfy requirements regarding vehicle envelope, pantographs, service life,

safety reliability and maintainability.

11.2.2 Catenary Conductors

Contact wire shall be made up of 170mm2 solid grooved hard drawn copper

conforming to ASTM B47. The upper lobe of the contact wire shall match the

existing contact wire installed at MRT 3 to assure interchangeability of clips.

Other contact wire particulars include:

Weight : 1.511 kg/m

Breaking Load : 5900 kg

Coefficient of Expansion : 1.7 x 10-5 /0C

Resistance @ 200C : 0.1040 Ω/km

Modulus of Elasticity : 12000 kg/mm2

Conductor tensions shall be in accordance with the requirements of appropriate

ASTM standards. Thirty percent cross-sectional area loss due to wear of the

contact wire and the effect of the temperature change shall be taken into

consideration in the design of the conductor tension and ampacity.

The ampacity of the OCS shall meet the operational requirements of a four-car

train running at 120-second headways with a traction power configuration

proposed in the Concept Design Drawings.

11.2.3 Insulator

Insulators shall be porcelain, toughened glass polyester or other material with

proven rail or railway system service. Insulators shall have a single or multiple

sheds designed for minimum maintenance requirements and be self cleaning by

the action of rain. Double insulation is not required as it is not intended to carry

out “live line” work.

11.2.4 Splices

Each wire run of contact wire must be continuous from anchor to anchor except

in the case of cut-in insulators. Contact wire splices shall not be permitted. Feeder

wires may have splices as required to connect drum lengths of conductor. The

manufacturer shall warrant that splices are capable of withstanding tensions up to

100% of the breaking load of the conductor.

11.2.5. Section Insulators

The OCS Contractor is to provide Section Insulators at locations indicated. The

Section Insulators (SI) shall be designed and installed in such a way that it shall

provide a smooth passage to pantographs without any loss of contact and without

the introduction of unreasonable mechanical forces.

The SI shall permit the pantograph on the vehicle to collect the maximum demand

current without interruption during passage across the SI.

11.2.6 Feeder Conductors

Positive feeder conductors shall be insulated, non shielded, single conductors

suitable for use in wet and dry locations and rated 2,000 V DC, 90 0C conductor

temperature for normal operation, 120 0C for emergency operation, 250 0C for

short circuit conditions. The conductors shall be copper, conforming to ASTM

B189 material with Class C stranding and conforming to ASTM B8, wire EPR

or XLPE insulation and low smoke jacket.

The negative feeder shall be the same as the positive feeder cables except the

voltage rating shall be 600 V instead of 2000 V.

11.3. Negative Return

The negative feeder cables shall be the same as the positive feeder cables except the

voltage rating shall be 600 V instead of 2000 V.

Increasing the number of cross bonds along the line shall strengthen the Negative Return

to the Sub stations. Cross bonding between the 4 running rails shall be made every 250m.

In addition the bonds at rail expansion joints shall be increase by a further cable of 250

sqmm on each rail.

Similarly where Insulated Rail Joints are employed for signalling purposes, then the

current bonding shall also be upgraded.

Bonding at the main line turnouts shall be upgrade as practicable to ensure a low

resistance path for the return current.

12. SUPERVISORY, CONTROL AND DATA ACQUISITION (SCADA)

12.1 Introduction

The primary objectives of the SCADA Monitoring system for all the substations shall be

as follows:

12.1.1 Monitor and control of Electrical Distribution and Traction Power systems

within each Station Substation including the Depot.

12.1.2 Metering System to monitor and record power consumption separately for the

Traction sub-network, and the Lighting and Auxiliary Power Sub-network at each

Station Substation including the Depot.

12.1.3 Monitor condition of the Fire Alarm Systems located within certain nominated

station rooms including the Depot, i.e., Electrical, Signaling and

Telecommunications.

12.1.4 Monitor the conditions of the UPS equipment installed in all the Substations.

12.1.5 Monitor the condition of Escalators and elevators in designated stations.

12.2 Scope of Work

12.2.1. The Contractor shall design, supply, install, test and commission a new

SCADA System including Remote Terminal Units for the MRT 3 System. The

contractor shall be responsible for all links to make the system functional. This shall

include AC provision for the SCADA RTU from the electrical room to the RTU. The

Remote Terminal Units shall be designed to handle all specified functionalities of

equipment and devices installed in all the Substations and Revenue Stations.

12.2.2. Complete Removal of the existing SCADA system and peripherals.

12.2.3. The Contractor shall ensure that revenue operations shall not be disrupted

during the installation and commissioning of the new SCADA System.

12.2.4. The Contractor shall submit plans and methodology for the installation,

testing and commissioning of the new SCADA System.

12.2.5. The Contractor shall supply, install and commission but not limited to the

following:

a. The Remote Terminal Units (complete) as factory supplied shall include

CPU which is of the latest series design at least 4 factory installed working

ports, sufficient DI, DO and Analog modules, Power Supply/Charger, and

at least 10amp/hr back up battery supply, Polyphaser Surge Protector for

230 Volts AC power source or approved equivalent NEMA 12 Steel

lockable enclosure. Unit to be complete as manufactured. These RTU shall

be installed inside a steel cabinet within the station.

b. The Contractor shall supply and install electrical materials and accessories

required for AC power of the RTU.

c. Only authorized PC or craft terminal with licensed software shall be used

during programming or similar activities thereof in the presence of the

DOT-MRT3 Representative.

d. Adequate firewalls shall be provided for the new SCADA System.

12.3 Specification Requirements for SCADA RTUs

12.3.1. The RTU to be supplied shall provide the intelligence that will allow the

central SCADA workstation at the OCC to communicate with the electrical

equipment and similar devices at all the stations including the Depot. RTU shall have

a non volatile memory for storing programs and data, Watchdog timer (to ensure the

RTU restarts if something fails and Real time clock. The RTUs main functions are

to control the operation of equipment at the remote site, acquire data from the

equipment, and transfer the data back to the central SCADA system.

12.3.2 The RTU shall be modular having a separate CPU module, sufficient I/O

module/s and dual power supply. RTU shall have a minimum of 80 I/O Ports (64

Digital I/Os and 16 Analog Inputs) per station including Depot. RTU shall provide

20% I/O spare capability and capacity. The RTU shall have provisions for expansion

for additional modules which can be added by plugging into a common backplane.

Any device which potentially has an embedded computer shall be checked and tested

by the contractor or the supplier to verify compliance. Contractor shall ensure

compatibility checks of software configuration versus actual hardware installed.

12.3.3. Programmability and configurability shall conform to IEC1131-3 standards.

RTU shall provide clear indication of local and remote Diagnostics. RTUs have the

ability to initiate reporting to the SCADA master. Functionalities such as time

stamping, memory capacity to store data in the event of loss of communications,

ability to do calculations shall b supported.

12.3.4. RTU shall provide peer to peer communications or RTU to RTU

communication including store and forward capability. RTU Shall support data rates

from 1200 baud FSK, 9600 baud data up to 64 kbps and shall have serial ports to

interface with PLC's.

12.3.5. The SCADA System shall be powered with an electrical supply 230 V AC,

60 Hz. It shall be tolerant to voltage variations of 10% of the nominal; -15% (for

500ms duration) of the nominal voltage and frequency variations of 2%, without

any reduction in the efficiency of the system. An Uninterruptible Power Supply

(UPS) system with special provision for smoothing and reduction of the impulse

voltages, necessary for the protection of the equipment from the failures of the main

power supply of the Network and main disturbances shall supply power to the

SCADA equipment.

12.4 Interface with Equipment Provided by Other Sections

The Contractor shall be responsible for the interfaces between the installed

equipment and additional ones and equipment provided by other sections of the

Works.

12.5 RTU at the Stations

The RTU at the peripheral station shall be located at the traction substation or in

the Line station. The incoming and outgoing circuits shall be connected with the

appropriate terminals within the cubicles. The Contractor shall declare, for DOT-

MRT3-MRT3 Engineer’s approval, the degree of protection of these cubicles. The

contractor shall be responsible for all incoming and outgoing circuits. The incoming

and outgoing circuits shall not have any direct electrical connection with the

remote-control equipment logic. The Contractor shall, for the DOT-MRT3

Engineer’s approval, declare the degree of isolation to be proposed.

12.6 Environmental Specifications/ and Standards

The SCADA RTU shall be able to perform all applicable operations reliably under

a temperature range of -5o C to 50o C and relative humidity 60% to 95%. It must

meet or exceed EIA standards BS – 204 B and BS – 152 B. It shall conform to

Ingress Protection standards against dust, vibration, insects and rodents.

The RTU shall meet or exceed the SWC standards as defined in IEEE C37.90A for

al inputs and outputs. The enclosure shall conform to UL611 standards.

The RTU shall conform to the provisions of EN 61000 standards.

13. DEPOT/STABLING

13.1. TRACKWORKS

Railways are generally recognized as a safe, efficient and economical mode of

transport all over the world and are increasingly experiencing capacity constraints.

At present, MRT3 has already approached the limit of practical capacity. Therefore,

capacity expansion and improvements become a particularly timely and important

objective to be implemented. This will primarily address passenger congestion

during peak hours as well as future ridership demands.

The construction and installation of additional ballasted stabling tracks at the Depot

shall not disrupt the current system operation and shall be designed in accordance to

existing system specifications and standards to assure compatibility.

The construction and installation of additional ballasted stabling tracks at the Depot

must completed within One Hundred Eighty Calendar Days from the Start date.

13.1.1. GENERAL

The provisions stated in this document are related to the specific requirements

applicable to the track system for the construction of additional ballasted

stabling tracks at MRT 3 Depot.

Trackworks system under this Contract shall conform to the most recent

practices of the American Railway Engineering Association (AREA), Union

Internationale des Chemins de Fer (UIC), International Standards

Organizations (ISO) and the practices and specifications of recently

constructed mass transit systems of equivalent capacity and characteristics

constructed within the last five (5) years. It shall be of proven design

satisfying the system performance requirements and it shall be compatible

with the existing MRT3 system. It shall also satisfy requirements with

regards to train kinematic gauge, service life, reliability, maintainability and

safety.

The works shall include design; supply; installation; testing and

commissioning; obtaining all permits from government authorities; and

everything, whether permanent or temporary in nature, necessary for the safe

and proper execution of work and for the fulfillment of all obligations

required under this contract. It shall also include the training of the Employer

maintenance personnel; the supply of maintenance manuals, repair manuals

and as-built records; and the rectification of defects liability period of the

installed ballasted tracks system.

13.1.1.1. Scope of Work This section specifies the scope of work of the Contractor as follows:

a. Design, supply and construction of six (6) additional stabling ballasted

tracks at the MRT3 Depot with complete support and fastening accessories.

b. Design, supply and installation of fourteen (14) sets of turnout at MRT3

Depot with complete accessories such as but not limited to timber/switch

ties, fasteners, switch/guard rails and manual switches.

c. The workmanship shall be in accordance with specifications and quality

standards and shall cause no disruption to MRT3 Depot operations.

d. Provide additional 30 meters track extension on both ends of Track 23.

13.1.1.2. Standards and Regulations

The work shall conform to the laws and regulations existing in the Philippines and

shall generally be in compliance with the Philippines’ Standards and Codes of

Practices, unless specifically provided for in this document.

In addition, the following standards may be considered as long as they do not

compromise the Employer’s Requirements

ACI - American Concrete Institute

ANSI - American National Standards Institute

ASA - American Standard Association

AREA - American Railway Engineering Association

CEN - Comité Européen de Normalisation

ISO - International Standard Organization

UIC - Union Internationale des Chemins de Fer

JIS - Japanese Industrial Standards

AS - Australian Standards

BS - British Standards

AASHTO - American Association of State Highway &

Transportation Office

ASTM - American Society for Testing and Materials

PCI - Prestressed Concrete Institute

13.1.1.3. Special Site Conditions

The Contractor acknowledges that it has thoroughly investigated and satisfied

itself as to all general and local conditions affecting the work. The failure of the

Contractor to accustom himself with such conditions will not relieve him from any

responsibility for completing the works under this contract. The Contractor shall

be fully responsible for any damage caused to the site or other existing facilities

due to his track works equipment movements and transportation and restore these

damages to its original state at his own expense.

13.1.1.4. Design Criteria The following data will constitute for the design of tracks for MRT3:

a. Track gauge - 1435mm

b. Train speed - 15kph

c. Concrete tie spacing - 750mm

d. Rail inclination - 1:20

e. Axle Load - 90kn

f. Ballasts depth minimum - 150mm

g. Rail profile - UIC 54h. Depot track minimum radius - 25m i. Concrete tie length - 2500mm

j. Concrete tie weight - 250kg

k. Concrete tie compressive

strength

l. Concrete tie stress transfer

- 50Mpa

- 30Mpa

strength

m. Pre-stressing wire diameter - 6.5mm

n. Pre-stressing wire ultimate - 1700MPa

tensile strength minimum

13.1.2. MATERIALS REQUIREMENTS

Track works materials needed for the construction of additional ballasted tracks shall

be complete with all accessories; shall have passed all the required testing in

accordance to specifications and standards; and, shall be approved by the Engineer

before incorporating to work. The Contractor shall ensure materials availability for

small quantity production intended for maintenance use.

13.1.2.1. Earthworks

All materials to be incorporated to work should pass all required testing and

certification and should be in accordance with the requirements of Part C

Earthwork DPWH Standard Specifications.

13.1.2.2. Aggregate Base / Sub-ballast The aggregate base (sub-ballast) shall be from approved source and conform to

the requirements of Item 201 Aggregate Base Course of the DPWH Standard

Specifications.

13.1.2.3. Ballast Ballasts shall be of crushed rock containing no carbonates or slag. They shall be

hard, strong, angular, and made of durable particles. Ballast rocks shall be highly

resistant against crushing, grinding, and must be chemically inert. They shall be

weather resistant and of homogenous structure. The ballast shall be free from

dust, soil, clay, plant matter and substances likely to be detrimental to the rocks.

13.1.2.4. Special Trackworks

The supply of the special trackworks shall be complete to include a fastening

system.

13.1.2.4.1 Technical Requirement

a. Special trackwork shall be designed either 1 in 3 straight (10.8 m long)

or 1 in 2.4 curve (10m long) lateral turnouts with a minimum radius of

25m. It shall generally follow the UIC practice.

b. Switches & crossings baseplates fastening shall be designed for

Pandrol type e-series elastic rail clip.

c. All switches shall have an undercut stock rail, and switch rails utilizing

UIC 54 grade 900A rail section with forged transition between tongue

rail and standard rail. Switch rails shall be supported on raised slide

plates incorporating a resilient bracing system for fastening of the

stock rail.

d. Minimum clearance between open switch and stock rail shall be 45mm

and switch blade opening on the toe is 110mm. Flangeway clearances

through crossing and check/guard rail shall be 30mm and 26mm

respectively.

e. Minimum point protection dimension is 1404 mm.

13.1.2.4.2 Switches

Switch and stock rails shall be made from UIC 54. It shall be face machined in

order to obtain the required design profile and shall be fitted together. Slides

base plates shall include resilient bracing system fastened to the stock rail. The

hand lever and connecting rods for the switch operation shall be included in

the switch supply.

13.1.2.4.3 Crossings

Turnout crossing shall be made from chrome vanadium built up crossing steel

grade 900A. The crossing shall offer great resistance to impact especially at

the nose component and shall be allowable for welding operations under

normal site conditions.

13.1.2.4.4 Guard and Check Rails Guard and check rails shall be machined from UIC 33 (U69) rail profile of not

harder than grade 900A and supported by a fabricated support base plate with

a flange way clearance of 26mm. Bolt connection shall utilize steel

components conforming to UIC leaflets 864/2.0 and 864/3.0

13.1.2.4.5 Special Trackwork Plates and Fastening System

All track work plates shall be flat and have no cant. Plates shall hold the rail

laterally, vertically and longitudinally and shall be capable of supporting and

transferring the load from the rail to the switch ties.

All plates for guard/check rail, switches and crossings shall be at least 20mm

thick and 200mm wide. The length shall be designed so that minimum

number of plates of different length will be required. Bolt connection shall

utilize steel components conforming to UIC leaflets 864/2.0 and 864/3.0

Special tracks fastening system shall conform to 3.1.2.10.3 Fastening System.

13.1.2.4.6 Switch and Crossing Ties

Switch and crossing ties shall conform to 3.1.2.6 Timber Cross and Switch

Ties.

13.1.2.4.7 Joints All special trackworks joints in the Depot unless specified herein shall be

alumino-thermic welded by an approved welding materials and procedures for

UIC 54 rail and shall conform to specifications required by Welding of Rails.

13.1.2.4.8 Coach Screw

Coach Screw spikes which will be used to fasten the plates down to the

wooden switch ties shall conform to UIC leaflet 864/1.0 appertaining to the

technical specifications for the supply of coach screws

13.1.2.5. Monoblock Concrete Ties

On stabling tracks, concrete ties shall be monoblock pre-tensioned concrete. It

shall be 250kgs and 2500mm long. Alternative concrete ties could be considered

if they are compatible with the existing concrete ties in MRT3 in terms of general

profile, dimension and strength. The Contractor must ensure that alternative

designs must have a successful history performance of at least five (5) years in

service under comparable conditions. Any alternative design must be specifically

approved by the Engineer.

13.1.2.5.1. Concrete

The concrete minimum 28 days design compressive strength for concrete ties

shall be 50 Mpa as determined by ASTM C39.

13.1.2.5.2. Aggregates

Both fine and course aggregates shall meet the requirements of the AREA

specification for aggregates.

All aggregates shall pass all required testing and shall conform to Item 703 of

DPWH Standard Specifications.

13.1.2.5.3. Admixtures Chemical admixtures for concrete shall conform to ASTM C494. Additives

containing chlorides shall not be used.

Suitable admixtures may be used to modify certain properties of concrete.

However, as they may at the same time adversely affect other important

concrete quality, the Contractor shall carry out testing on concrete to which

they are added.

13.1.2.5.4. Pre-stressing Tendons

The wire shall be 6.5mm diameter complying with ASTM A864 or ASTM

881, and with a minimum tensile strength of 1700 MPa. Tendons shall not be

contaminated with mud, oil, grease or chloride salts. Tendons with corrosion

shall not be used.

13.1.2.5.5. Rail Fastening System

Concrete ties associated rail fastening system shall be Pandrol type e-series

elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with

UIC specifications.

13.1.2.6. Timber Cross and Switch Ties

The ties shall be unbored and air dried hardwood of untreated Jarrah or Karri

timber species for non-exposed Depot turnouts or any approved equivalent.

13.1.2.7. Rails

Standard rail cross-section shall be UIC 54 of grade 900A with a minimum tensile

strength of 880 Mpa and shall meet the requirements of the UIC Standards.

13.1.2.8. Thermit Welding

This refers to the materials and other services required for joining UIC 54 using

alumino-thermic welding process.

13.1.2.8.1. Thermit Welding Kits

Thermit welding materials shall be manufactured by Thermit

Australia Pty Ltd or approved equivalent compatible to the

existing welding materials used in MRT3.

13.1.2.8.2. Thermit Welding Equipment

Welding equipment and accessories required for welding

operation shall be use and installed in accordance to

manufacturer’s recommendation, contract drawings and applicable

specifications.

13.1.2.9. Grade/Road Crossings

All materials needed for this work shall meet the requirements specified in the

reference standards and specifications.

13.1.2.9.1 Grade/Road Crossings Bituminous Materials (Asphalt)

Materials shall conform to the requirements of Item 307 of the DPWH

Standard Specifications.

13.1.2.10. Other Track Materials Other track materials and appurtenances needed to complete the work shall be

approved materials by the Engineer and installed in accordance to manufacturer’s

recommendation, contract drawings and applicable specifications.

13.1.2.10.1. Insulated Rail Joints

Rail joints shall be made up of two rolled steel fishplates designed to fit UIC

54 rail profile and with four holes drilled by an approved drilling machine.

Bolts shall be of high strength provided with spring and flat washers and shall

conform to applicable UIC standards.

13.1.2.10.2. Check Rails

Check rail shall be machined from UIC 33 profile of not harder than grade

900A rail steel and supported by brackets connected to the rail. Bolt

connection shall utilize steel components conforming to UIC leaflets 864/2.0

and 864/3.0 appertaining to technical specifications for the supply of track

bolts and spring washers respectively.

Check rail shall be provided for a curve ballasted track in the Depot if the

radius in equal to or less than 50 meters. Checkrail brackets shall be of

approved materials conforming to UIC standards.

13.1.2.10.3. Fastening system The rail fastening system for MRT3 shall be Pandrol type e-series elastic rail

clip made by Pandrol Australia Pty. Ltd.

13.1.2.10.4. Lubricants

The Contractor shall provide a dry film lubricant for application to special

tracks sliding plates. It shall have a low electrical conducting properties and

subject for Engineer’s approval.

13.1.3. CONSTRUCTION REQUIREMENTS

The Contractor shall be responsible for the construction means, methods, techniques,

sequences and procedures for coordinating all portions of the Work under the

Contract Documents.

The Contractor shall provide all superintendence during the execution of the Work as

may be necessary for the proper fulfillment of the Contractor’s obligations under the

Contract. It shall include the supervision and inspection by qualified professional

personnel experienced in railway construction whose responsibility shall be to ensure

the technical standards and workmanship, materials, and quality are being maintained

in accordance with the Scope of Work.

The Contractor shall design, supply and install a ballasted tracks or special tracks

system which satisfies to the minimum requirements of the specification and

Employer’s Requirements. The Contractor shall submit full details of the proposed

design to the Engineer for review and approval and shall not commence until written

acceptance has been received from the Engineer.

13.1.3.1 Ballasted Trackworks Construction This section applies to construction of all ballasted tracks both plain and special

tracks for MRT3 Depot.

13.1.3.1.1 Quality Assurance Program

a. The Contractor shall establish, implement and maintain a quality

assurance program to provide verification of compliance with contract

requirements. The quality assurance program shall consist of detailed

procedures and instructions for monitoring and controlling those

activities related to quality during design, fabrication, delivery,

handling, storage, installation, inspection and testing. The areas which

the quality assurance program shall address include the following:

i. Review and control of quality procedures and instructions,

ii. Calibration of construction measuring and testing tools and

equipment,

iii. Qualification and certification of Personnel,

iv. Tests and inspections

v. Procurement quality assurance,

vi. Identification and control of items, and

vii. Handling, delivery and storage of materials.

b. Adequate records shall be maintained by the Contractor in accordance

with the requirements of his quality assurance program and shall

include the following:

i. Evaluation of subcontractors’ and suppliers’ qualifications and

past performance,

ii. Results of inspections and tests,

iii. Certificates of compliance,

iv. Qualified procedures for special processes,

v. Personnel certifications,

vi. Measuring and test equipment calibration certificates, and

vii. Transmittals of contract related information.

c. The appropriate requirements of the Contractor’s quality assurance

program shall be imposed upon subcontractors and suppliers.

d. The quality assurance activities of the Contractors/subcontractors and

suppliers will be subject to Engineer’s verification, inspection and

audit at any time.

13.1.3.1.2 Submittals

The Contractor shall submit the following:

a. The Quality Assurance Program

b. Applicable reference codes

c. Detailed construction schedule

d. Detailed design and shop drawings for all Contractors supplied

materials and other track materials required including fastening system

for the construction of both ballasted track and special track works.

e. Pre-construction inspection reports

f. Qualifications of registered Surveyors

g. Certificate of calibration for specified tools and equipment by independent testing laboratory accepted by the Engineer

h. Details and arrangement of equipment, materials and personnel to be

used during the various construction stages. Maximum construction

loads shall be identified and submitted to the Engineer for review prior

to any construction equipment being allowed to construction site

i. Details for the protection of rails, special track works, other track

materials and facilities from damage by construction equipment and

road traffic,

j. Production information forms and test reports on welds,

k. Rail laying records,

l. Calculation to determine Neutral Rail Temperature for Depot.

m. Method statement for natural or artificial de-stressing works for both

ballasted track and special track works in Depot.

n. Procedures for handling and anchoring CWR,

o. Procedures for rail grinding and subsequent cleanup including a daily

rail grinding log indicating grinding date, locations, number of passes

of grinder, manufacturer and model number of grinder,

p. And all other documents needed for the completion of the work and

subject for Engineer’s review and approval.

13.1.3.1.3 Electrical Testings

The Contractor shall perform all tests of electrical resistance and continuity for

insulated rail joints, running rail, running rail to running rail and track to earth.

Any installations which fail shall be rectified by the Contractor at his own

expense and retested until acceptance by the Engineer.

13.1.3.1.4 Inspection

The Contractor shall inspect the construction area prior to installation of

trackworks for any damages and discrepancies with propose installation plan

and correct said discrepancies authorized by the Engineer.

13.1.3.1.5 Track Laying Construction for Ballasted Tracks

The Contractor shall submit method statement for a systematic rail laying

construction for Engineer’s review and approval.

General ballasted tracks construction shall include the following procedures:

a. Survey and setting out correct tracks and special track alignment.

b. Base preparation

c. Placement of bottom ballast on an approved base

d. Placement of concrete sleepers or timber ties

e. Placing of rails and fastening to concrete sleepers or timber ties f. Welding of rails to form continues welded rail g. Fastening of concrete sleepers or timber ties h. Placement of top ballast i. Initial surfacing and aligning j. De-stressing work k. Final surfacing and alignment

l. Test and inspection of finished tracks

m. Site Cleaning

Refer to Table 1 “Track Construction Tolerances” where indicated the

allowable geometric design variation for track work construction.

The Contractor shall assist the Engineer in his inspection of the finished track

with a track geometry measuring device that is capable of measuring various

track alignment parameters with accuracy more than the tolerances specified

in Table 1 “Track Construction Tolerances” and submit the print-out for the

Engineer’s approval and record. Any data being out of tolerance shall be

rectified by the Contractor and shall be re-inspected by the Engineer.

Before final acceptance by the Engineer, the Contractor shall perform

ultrasonic inspection of all running rails and special trackworks to detect flaws

in rail, joints and welds.

13.1.3.1.6 Track Laying Construction for Ballasted Special

Tracks

Special trackwork construction shall conform to 3.1 except the use of track

geometry measuring device since geometry alignment for special tracks will

be checked manually.

13.1.3.1.7 Final Acceptance

Before final acceptance by the Engineer, the Contractor shall perform and

satisfy rail grinding of all rails to remove the corrosion and shall complete

ultrasonic testing inspection to detect flaws for running rails, special

trackworks and welded joints.

13.1.3.2 Earthworks

The work specifies in this section consists of stripping topsoil, excavating and

backfilling to attain indicated sub-grades and grades and conforms to Part C

Earthwork of DPWH Standard Specifications latest edition.

13.1.3.2.1 Excavation

Remove materials within the indicated limits. The sub-grade is the lowest

elevation of excavation and it shall be inspected and approved by the Engineer

prior to placement of grade materials. Excavated materials satisfying the

requirements of Item 104 of the DPWH Standard Specifications may be used

as fill materials. Remove all surplus excavated materials.

13.1.3.2.2 General Excavation

a. Generally refers to excavation for the construction of trackway and

roadway as indicated on the design drawings

b. Sub-grade preparation at at-grade trackway and roadway in

excavation areas shall have a minimum bearing capacity of 150

KPa and shall conform to Item 105 of DPWH Standard

Specification

c. Fill unauthorized excavation with approved fill materials by the

Engineer and compact to at least 90 percent of maximum dry

density in accordance with ASTM 698.

13.1.3.2.3 Structure Excavation

Ensure that sub-grade, other than rock, is not disturbed. If the sub-grade

material is disturbed, either compact the disturbed material to not less than

90 percent of maximum dry density or remove and replace the disturbed

material with concrete of the same class as the structure.

Gradation ASTM D422

Liquid Limit ASTM D4318

Plasticity Index ASTM D4318

Resistance (R. Value) ASTM D2844

Maximum Density ASTM D1557

Sand Equivalent California test 217 or ASTM

D2419

The Contractor shall make sure that demolition and excavation of the

existing concrete road affected by the project shall not disrupt adjacent

traffic and without damage to other existing facilities.

13.1.3.2.4 Filling, Backfilling and Compacting

Refer to Item 104 of DPWH Standard Specifications.

13.1.3.2.5 Contractor’s Quality Control Prior to and during the execution of the work, the Contractor’s Testing

Laboratory shall perform all necessary soils tests in accordance with the

minimum testing requirements and Item 104 of DPWH Standard

Specifications.

13.1.3.2.6 Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Equipment to be utilize in the work

b. All necessary methods and procedures

c. All testing results and other materials certification

13.1.3.3 Aggregate Base / Sub-ballast

This section specifies the furnishing, placing, spreading and compacting of

crushed aggregate base or sub-ballast in one or more layers in accordance with

specification and contract drawings.

13.1.3.3.1 Placing, Spreading and Compacting

The approved aggregate base course (sub-ballast) shall be placed, spread and

compacted in conformance with the requirement of DPWH Standard

Specifications Items 200.3.2 and 200.3.3 and contract drawings.

13.1.3.3.2 Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Equipment for to be utilize in the work

b. All necessary methods and procedures

c. Materials grading and testing results

d. Materials source and certificate of compliance

13.1.3.4 Ballast

The Contractor shall supply and install ballasts of approved materials required for

the construction of additional ballasted tracks in MRT3 Depot.

13.1.3.4.1 Testing Requirements

a. Grading

b. Deleterious substances present in prepared ballasts shall not exceed the

following:

c. Percentage of wear shall not exceed 25% after testing in a Los Angeles

abrasion testing machine in accordance with ASTM C535. d. The bulk specific gravity and percentage of absorption shall be 2.60

and 1% respectively in accordance with ASTM C127.

Size of Sieve Opening % Passing by

Weight

Ballast for MRT 3 (Size 3 AREA

Manual)

63.5 mm 100%

50.8 mm 95-100%

38.1 mm 35-70%

25.4 mm 0-15%

12.7 mm 0-5%

Material Percent by

Weight Method of Test

Soft Pieces 5% AASHTO -

T189

Fine less than No. 200 Sieve 1% ASTM C117

Clay lumps and Friable

Particles 0.5% ASTM C142

Flakiness Index 20% BS 812

e. The magnesium carbonate content shall be tested and defined in

accordance with ASTM C25. No carbonates shall be allowed.

13.1.3.4.2 Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Ballast source certificate of compliance

b. Tests results mentioned in 3.1.3.4.1 Testing Requirements

c. And all other test required to complete the work.

13.1.3.5 Special Trackworks

The Contractor shall design, manufacture, supply, deliver and install complete sets

of special trackworks including general arrangement of ties and all associated

fastening system in conformance to applicable specifications and compatible to

the existing special track system of MRT3.

13.1.3.5.1 Quality Assurance

Shall conform to 3.1.3.1.1 Quality Assurance Program

13.1.3.5.2 Submittals The Contractor must submit the following for Engineer’s review and approval:

a. Shop drawings showing details and arrangements of each special track

work component and the variants to each components,

b. Product data consisting of a listing of product types, name of supplier,

model number product literature, materials composition and method of

manufacturing.

c. Proposed welding and test procedures for special track work,

d. Contractor’s system specification for marking and identifying sizes,

types and composition of products, as well as identifying parts for the

purpose of proper location during installation,

e. The proposed steel baseplate design including elastic spring clips, and

mounting bolts or screw spikes, as applicable for each different plate,

f. Certificates of material compliance required by the specifications,

g. Test report of chemical analysis and Brinell hardness of running rail,

electric insulation, and other tests required by this specification,

h. All tests and analysis required on the running rails by the UIC

Specifications shall be performed at the mill or by the Contractor and

the test results shall be submitted to the Engineer,

i. A description of shipping, handling, unloading and stacking

procedures.

13.1.3.5.3 Inspection and Acceptance

Prior to shipment, at least one (1) turnout shall be completely assembled in the

manufacturer’s fabrication shop for inspection by the Engineer.

Variations from the approved Shop Drawings and these Specifications will

constitute non-compliance and will not be approved for shipment until proper

modifications are made and accepted by the Engineer.

For the inspection of material under this Contract, the terms set forth in

“Materials Inspection, Test and Claims,” under the UIC Specifications for

Special Track Work shall apply, except as listed herein.

The Contractor will make available to the Engineer all the necessary facilities

to examine the work during its progress as well as the finished product to

satisfy him that the materials comply with the Specification. The Contractor

will provide templates and 1meter straight edges to check flange ways, rail

end, and switch rail planning.

The Contractor shall give the Engineer advance written notice for inspection at

least ten working days.

13.1.3.6 Monoblock Concrete Ties

This section specifies requirement for the design, production, delivery and

installation of pre-stressed monoblock concrete ties with complete rail fastening

system compatible with the existing system of MRT 3.

13.1.3.6.1 Design Criteria

As specified in 2.1.3.1.4 Inspection

13.1.3.6.2 Marking, Delivery, Storage and Stacking

Mark on top of the ties with indented or raised letters to indicate the

manufacturer, year of manufacture, mould number and project identification.

Contractor must securely brace ties during transportation to prevent from any

movement that could cause damage. During transportation, ties should be in

horizontal position supported with wooden spacer blocks so that the top

surface does not make contact with ties loaded above. Do not stack ties more

than 6 layers during transport.

The Contractor shall store concrete ties in a location that would avoid

additional handling until the final distribution or within the area designated by

the Engineer.

13.1.3.6.3 Quality Assurance and Inspection Before production commences, the Contractor shall prepare a quality control

manual for approval by the Engineer and shall include details of:

Management organization

Responsibilities of production and quality control personnel

Plant standards

Checks to be carried out by the production personnel

Inspection and testing to carried out by quality control personnel

Procedures for approving sources of materials

Procedures to ensure all measuring equipment is properly calibrated

Procedures to ensure that concrete ties are not shipped until acceptance

load testing is complete

Quality audit procedures

This section shall also conform to 2.1.3.1.1 Quality Assurance Program

13.1.3.6.4 Submittals

a. Quality control program

b. Concrete mix design

c. Concrete curing procedures

d. Method and procedures for concrete ties production

e. Tensile strength test results

f. Rail fastening system technical specifications and drawings

g. Pre-stressing wire technical specification

h. All materials test results needed to complete the work and before

incorporating to concrete ties production

This section shall also conform to 2.1.3.1.2 Submittals

13.1.3.7 Timber Cross and Switch Ties

This section comprises specifications for the supply and installation of new timber

cross ties, switch ties, switch machine ties intended for Depot turnout construction

and shall be from approved source and shall be compatible with the existing

materials.

13.1.3.7.1 Quality Requirements

Ties shall be free of defects that may impair their strength or durability.

Defects such as decay, large splits, large shakes, excessive grain slope, large

holes and large knots will not be acceptable. All timber ties shall be cut by saw

and the cross section shall be 225mm wide and 140mm deep. Standard cross-

ties shall have a length of 2440 mm. Size and length tolerances shall be as

follows:

a. Width - plus 10 mm/minus 0

b. Depth - plus 12 mm/minus 0

c. Length - plus 50 mm/minus 0

Each timber shall be examined on the top, bottom, sides and ends. Cross and

switch tie shall not exceed the following allowable amount of defects:

Type of Warp Allowable Amount

Spring 25 mm

Bow 9 mm

Crook 25 mm

Cup 6 mm

Twist 6mm

All ends of timber ties shall be cut square and provided by anti-split end

plates. End plates shall be applied flush to the end surfaces of the tie and will

remain securely seated and withstand rail vibration.

The Contractor is required to determine the number and dimensions of switch

ties for each turnout and shall be specified in general turnout arrangement

drawing and shall conform to dimension tolerances stated above.

13.1.3.7.2 Testing and Inspection

The Contractor shall assume full responsibility for all required testing and give

the Engineers sufficient notice when testing in any form is proposed so that

Engineers could inspect and witness the tests.

The Engineer may inspect the ties during production process or after delivery

at the job site and or after placement on the grade for track utilization.

Whether or not the Engineer test or inspect any materials, the Contractor will

not be relieved from any responsibility regarding defects or other failures to

meet the contract requirements.

13.1.3.7.3 Marking, finishing and Workmanship

Ties shall be branded or marked permanently with approved materials to show

ownership, manufacturer’s identification and year of production on one end.

Tie machining and workmanship shall follow and conform to the applicable

standards.

13.1.3.7.4 Submittals

The Contractor shall submit the following requirements:

a. Quality control program for all method and procedures to ensure

compliance with standards quality

b. The name of timber and its source for approval,

c. Timber ties Manufacturers specifications

d. Official certificates of inspection in conformance with the reference

standards including data regarding hammer band confirming timber

grading,

e. Data regarding proposed tie machining & stamping,

f. The Inspectors report form duly accomplished (as described by the

reference standards for Inspection of Timber Products) and submit to

the Engineer prior to tie shipment from the production plant,

g. Certification that the manufacturer has a minimum 5 years experience

in manufacturing timber switch ties and as a supplier to major rail

transit system.

h. Completed tests results.

13.1.3.8 Rails

This detailed specification applies to manufacture, inspection, testing, and supply

of new rails intended for the construction of additional stabling tracks at MRT 3

Depot.

13.1.3.8.1 Tests Requirements The Contractor shall perform the following tests:

a. Chemical composition analysis

b. Mechanical property

c. Tensile strength

d. Brinell hardness test

e. Shape, dimension and appearance inspection

f. Ultrasonic test

Each rail shall be ultrasonically tested over its full length to determine its

interior conditions prior to delivery to the work site. The rail must be free

from all detrimental defects having unfavorable effect on the strength of the

rail while in service.

The Contractor shall be responsible for all required testing and shall give

Engineer sufficient notice of proposed testing so that Engineer may inspect

and witness the tests in accordance to UIC specifications.

13.1.3.8.2 Quality Assurance and Inspection This section shall also conform to 3.1.3.1.1 Quality Assurance Program.

The quality system for rail manufacture shall be certified at least to ISO 9002

and shall be based on precise terms and conditions which ensure compliance

with the various rail specifications.

The Engineer will monitor from time to time the Contractor’s methods,

procedures, and processes for compliance with the accepted program and all

records of test and inspection.

13.1.3.8.3 Marking, Packaging, Handling, Transporting and Storage

a. Obligatory marks in the UIC 54 rail shall be in accordance with UIC

Code 860 O as follows in-relief marks which shall be very legible in

characters raised on one side of the web indicating:

i. Identification mark of the mill,

ii. Year of manufacture (last two figures),

iii. Symbol of steel grade, and

iv. Symbol of rail section in kg/m weight

b. The Contractor shall submit for approval a detailed procedure for

marking, packaging, delivery, handling, transporting and storage of

rails. Contractor shall take all necessary precautions to ensure that

rails will not be bent, deformed or damage during handling and

transporting and it shall be kept clear of any standing water during

stacking and storage.

13.1.3.8.4 Submittals

The contractor is required to submit the following:

a. Certification that rail manufacturer has at least 10 years experience in

the large scale manufacture of running rails as specified herein and as a

supplier of rail to major railroads and transit systems.

b. Certification from supplier or manufacturer that all the rails

manufactured and delivered on site are in conformance with UIC

specification and that the required tests were performed as represented

by the submitted test result.

c. Tests Certificates as prescribe in 2.1.3.8.4 Test Requirements

d. Detailed production process of rails

e. Certification of the manufacture’s process in accordance to ISO 9002.

f. And all other documents needed for the completion of work.

Rails shall be guaranteed by the supplier/manufacturer from date of manufacture

plus 5 years to the date of acceptance of works against any defects attributable to

manufacture.

13.1.3.9 Track Appurtenances and Other Track Materials

This section specifies the requirements for the design, supply, and installation of

other track materials needed for the construction of additional ballasted tracks and

shall be compatible with existing track materials of MRT3 Depot.

13.1.3.9.1 Submittals

The Contractor shall submit all detailed design drawings for each trackworks

materials in accordance with applicable specifications and subject for

Engineer’s review and approval.

a. Detailed design drawing for each Other Track Materials and

corresponding fastening system

b. Installation methods and procedures

c. Materials manufacturer specifications

d. Material compliance certificate and testing results

e. And other submittals required to complete the work

13.1.3.10 Welding of Rail

This section specifies the furnishing of all labor, material, equipment and services

by the Contractor which are necessary for joining new UIC 54 rails using

alumino-thermic welding process.

13.1.3.10.1 Rail Welding

Welding process shall include the following procedures:

a. Inspection of rail ends

b. Rail cutting and set the required gap

c. Loosening of rail fastenings

d. Rail end preparation and alignment

e. Preheating and welding

f. Finishing and alignment

g. Weld testing

h. Replacement of defective welds

i. Records of thermit welding

Each procedure shall be in accordance with the AREA Manual for Railway

Engineering, the products or welding kit specifications itself and other

applicable standards.

13.1.3.10.2 Quality Assurance

This section shall conform to requirement in 2.1.3.1.1 Quality Assurance

Program.

13.1.3.10.3 Weld Testing

All weld testing and submittals shall be performed by a duly accredited

independent testing laboratory in accordance with quality control requirements

and applicable standards. In order to qualify the welding kits, welding crews,

and production welds; the following test shall be carried out:

a. Radiographic testing

b. Ultrasonic testing

c. Slow bend testing

d. Hardness test

e. Rolling load test

f. Magnetic particle test

g. Visual test

13.1.3.10.4 Tolerances

All alumino-thermic welds will be in the suspended portion of rail between

supports. The weld shall not encroach 150mm from tie ends or baseplate

support. Finished weld using 1 meter straight edge shall have the following

tolerances:

a. Rail head surface +0.3 / 0.0 mm

b. Rail gauge face +0.3 / 0.0 mm

13.1.3.10.5 Submittals

The Contractor shall submit the following:

a. Detailed specifications, proposed materials, methods and procedures to

be used for the thermit welding process,

b. Certification from the supplier or manufacturer that the materials

delivered to site conforms to the specifications,

c. Welding supervisor qualifications with a minimum 3 years thermit

welding experience. The welding supervisor shall be replaced only

with the Engineer’s prior approval,

d. Schedule of CWR lengths and CWR string Designation system,

e. All material testing and weld test results,

f. Test equipment certificate and calibration,

g. And all submittals shall be in accordance with 2.1.3.1.2 Submittals.

13.1.3.11 Grade/Road Crossing

This section specifies the requirements for the supply and installation of materials

required for the construction of grade/road crossings at MRT3 Depot.

The contractor shall perform the work in accordance to applicable standards and

approved methods, procedures and materials by the Engineer. The Contractor

shall take all necessary safety measures for an organized construction work and to

avoid interruption to depot train movement and maintenance work.

13.1.3.11.1 Bituminous Material Installation It shall conform to Item 307 (Bituminous Plant/Mix Surface Course) of DPWH Standard Specifications 2004 (Volume II).

13.1.3.11.2 Submittals

a. Shop drawings for the crossing showing details and arrangement of the

rail support and anchoring system including dimensions and tolerances

b. Grade/road crossings installation procedures

c. Approved job mix formula of the bituminous materials to be use

d. And all other required documents to necessary to complete the work

TABLE 1

TRACK CONSTRUCTION TOLERANCES

Notes:

Variation is measured between the designed and actual alignment at any point in the

track

Horizontal alignment is measured in mm by 10m chord placed at the gauge line of the

rail running face.

Vertical alignment is measured in mm by 10m chord at the head of the datum rail.

Rail cant may vary between 1 in 18 and 1 in 22

Type of Track Gauge

Variation

Cant / Cross

Level

Horizontal

Alignment

Vertical

Alignment

Mainline

Ballasted

Track

N/A

N/A

N/A

N/A

Depot

Ballasted

Track

-2, +3 mm

±3 mm

±4 mm

0, +5 mm

Maximum twist is 1 in 1000

14. DEPOT EQUIPMENT/FACILITIES

14.1 INTRODUCTION

Under the capacity expansion project additional trains are to be provided to increase

capacity. Upgrading of existing maintenance facilities and additional workshop

equipments are necessary to support the project.

The overhaul area in MRT3 depot was utilized fully whilst conducting general

overhauling and at times also when carrying out car body repairs. It was necessary for

some parts to be fork lifted in order to transfer to the bogie hoisting area. To

complement the present bogie hoisting area, it is necessary to provide a service track

and turntables for bogies to link the two areas. Please refer to MRT3 Workshop

Improvement Lay-out.

14.2 WORKSHOP IMPROVEMENT (Infrastructure)

14.2.1 General

All works under this section shall be carried out in accordance with all the governing

codes and regulations that are hereby made part of these specifications. The plans and

these specifications are complementary and what is called for in one shall be as if

called for in both.

Applicable Standards The following are the main reference standard comprises the technical requirements

and the condition to be adopted for the execution of the works.

AASHTO - American Association of State Highway and Transportation Officials

ACI - American Concrete Institute

PCI - Prestressed Concrete Institute

ANSI - American National Standard Institute

ASTM - American Society for Testing and Materials

AWS - American Welding Society

PNS - Philippine National Standards DPWH Standard Specification

PEC - Philippine Electrical Code

NEMA - National Electrical Manufacturer’s Association

Work in General

The work shall consist of providing all items, materials, operations or methods listed,

implied, mentioned or scheduled on the drawings and/or herein, including all labor,

supervision and equipment necessary to the proper completion and execution of the

works except those portions of the work that are clearly stated to be done by others.

Work Included

The work to be done under this section shall include the furnishing of all tools, labor,

supervision, equipment, fixtures and all necessary materials, each complete and

proper working condition unless one or other is specifically excluded or stated

otherwise in this specifications but not limited to the works below:

Relocation, removal and demolition, re-installation of existing equipment and other

works as required in carrying out removal, demolition and modifications to existing

lighting, fixtures, pneumatic lines and branch circuits. Such necessary improvements

and modifications to the electrical and mechanical works because of structural and

architectural changes shall form part of the scope of this section even if not

specifically identified.

Visit to Site

The Contractor is advised to visit and satisfy himself as to the local conditions and

facilities that may affect his work. He will be deemed to have fully completed this

study before preparing his proposal and no subsequent claim on the grounds of

inadequate or insufficient information shall be entertained.

14.2.1.1 CONVERSION OF LEVELED TRACK TO

MAINTENANCE PIT TRACK

A portion of Tracks 19 and 20 shall be converted to a maintenance pit (40 M each) so

that bogies can be dismounted from the car using the mobile lifting jacks. All

compressed air supply complete with quick connect coupling, valves and fittings shall

be provided with the same materials used as of the existing pit including other

associated utilities (electrical/ mechanical) inside the pit. The depth of the pit shall be

1.5 m from top of rail. Please refer to MRT3 Workshop Improvement Lay-out.

14.2.1.2 SERVICE TRACK FROM TRACK 17 TO BOGIE

WASH TRACK

A service track from track 17, 18, 19 and 20 to bogie wash track shall be provided to

be connected by means of bogie turn tables for easy access to cleaning in the bogie

wash room during dismounting. Please refer to MRT3 Workshop Improvement Lay-

out.

14.2.2 WORKSHOP EQUIPMENT (Additional)

14.2.2.1 DESCRIPTION

The scope of this section is to provide specification for the supply, installation, testing

and commissioning and subsequent training of operators in relation to additional

Depot Equipment.

WARRANTY

The supplier shall provide the MRT3 with a two (2) year period of warranty coverage

for the equipment issued that will commence upon written confirmation of final

acceptance. Refurbished equipment shall also be guaranteed for not less than 2 years.

SUBMITTALS

Supplier shall provide written instruction in English language pertaining to the

operation, servicing and maintenance of the equipment.

The O & M manuals shall be provided from the delivery of equipment. It shall

describe the method and theory of the operation, equipment characteristics and

specifications, as well as maintenance and troubleshooting procedures. Complete

parts list, troubleshooting flowcharts and guidelines and safety precautions shall be

included.

Supplier shall provide shop drawings in A1 size including “As Built” drawing.

RELIABILITY, AVAILABILITY, MAINTAINABILITY AND SAFETY

The supplier shall provide the equipment’s reliability, availability, maintainability and

safety criteria based on EN 50126 or acceptable equivalent Standard. It shall be based

or compatible with the existing installed equipment or even better.

TRAINING

Supplier shall provide training in the proper and safe use of the equipment proposed

and shall describe/facilitate the proposed training program. The supplier shall provide

all training materials, training tools and venues.

SPARE PARTS

The supplier shall be responsible for the availability and supply (shall provide) of all

initial spares at site during installation, commissioning and the warranty period.

Consumable spares comprising those items which are required for routine

replacement or usage to meet the manufacturer’s recommended servicing and

maintenance programs shall also be provided for use during the warranty period and

for one (1) year service after the warranty period. Included in this supply shall be

those items which are expected to fail during the specified period based on the

manufacturer’s known or predicted failure rate.

The contractor shall ensure the availability of these spare parts for at least 4-four

years.

DELIVERY, STORAGE AND HANDLING

Materials shall be delivered to the site in the original sealed containers or packages,

and shall bear the manufacturer’s name and brand designation. Where materials are

covered by a reference specification number, type and plan as applicable. Materials

shall be stored and handled in a manner to protect them from damage during the entire

construction period.

14.2.2.2 HAND ACTUATED TURNTABLE FOR BOGIES (5 Units)

This equipment is designed for transfer of bogies from one track to another for repair

and overhaul and shall be mounted in a concrete pit. The top of the turntable shall be

at the same level of the workshop floor so as not to hinder trolley movement. The

turntable shall be manually operated; at least two-2 personnel could easily rotate the

table with a maximum load of 6 tons. Rail gauge to be used shall be the same as the

existing rail (Rail Gauge = 1,435 mm). The gap between the foundation and the turn

out table shall be less than 10mm. A stopper shall also be provided so that the table

will not move when at rest position. The supply shall include (for each turntable):

The turntable

The running platform

The peripheral joint ring

Each turntable shall consist of mechanical assembly bearing on a center pivot and

several carrier rollers running on circular platform.

14.2.2.3 MOBILE LIFTING JACKS (1 Set / 12 Units – 50 KN Capacity)

This equipment is used to jack-up LRV in simultaneous, synchronized and a safe

manner in order that items of running gear and some under frame mounted equipment,

such as bogies, can be removed and replacement items fitted. The design of the jacks

shall be such that personnel shall be able to work safely under an LRV being

supported by these jacks without the necessity of providing additional supports.

The jacks will be controlled from one control station which will be provided with a

means of enabling the maintainer to monitor the jacking process is proceeding safely

and synchronized. The number of jacks being controlled during jacking operations

will be variable.

Control and power cabling for the jacks that could be under hatches will be strong

enough to bear any likely imposed weight, for example fork lift trucks or another jack.

The intension is to keep this cabling to a minimum on the workshop floor. Connection

between jacks and the floor sockets will be via suitably robust connectors and cables.

It is required to have a set of mobile jacks arranged to be able to lift one single LRV.

RAM CRITERIA DIMENSION

Reliability No more than one failure per year

Availability

95% after breakdowns and maintenance

Maintainability

Equipment to be back in service at maximum tone half day after failure

RAM CRITERIA DIMENSION

Reliability No more than one failure per year Availability 95% after breakdowns and maintenance

Maintainability Equipment to be back in service at maximum two days after failure

14.2.2.4 TRAVELLING LIFTING TABLES IN PIT (1 Unit –20 KN Capacity)

This equipment is designed for removal of equipment fitted on the under frames of

LRV. It shall also be designed for carrying in the equipment after removal from the

LRV to the end of the pit for transfer to a hoist.

14.2.2.5 JIB CRANES (2 Units – 20 KN Capacity)

This equipment is mainly used in the overhaul workshop. They shall be used for the

movement of large assemblies/sub-assemblies in a single area.

15. TAFT POCKET TRACK

MRT3 presently has already approached the limit of practical capacity. Therefore, capacity

expansion and improvements become particularly timely and an important objective to be

implemented.

The present three-car trains shall be improved to four-car trains in the implementation of this

Capacity Expansion.

The present retaining wall, tracks and wayside equipment installed at Taft Pocket Track

(TPT) shall be modified and lengthened accordingly to accommodate 4-car trains.

Modification works should not in any way disrupt the current system operations.

The extension of the Pocket Track shall be completely interfaced and integrated with the

signaling system, power supply, catenary system and track works.

The works will require demolition and replacement of some length of the affected wall

structure. It requires redesign, relocation and replacement the cables relevant to signaling and

Overhead Catenary System (OCS).

The technical specifications relevant to each portion of the works are as follows, but not

limited to:

a. Part 1 – Civil Works

b. Part 2 – Track works

c. Part 3 – Overhead Catenary System

RAM CRITERIA DIMENSION

Reliability No more than one failure per year

Availability 98% after breakdowns and maintenance

Maintainability Equipment to be back in service at maximum one half day after

failure

RAM CRITERIA DIMENSION

Reliability No more than one failure per year

Availability 97.5% after breakdowns and maintenance

Maintainability Equipment to be back in service at maximum one half day after failure

d. Part 4 – Signaling System

The Signaling Upgrade shall not be included in this contract. The upgrade of the signaling

system shall be carried out by the Signaling Provider of the MRT3.

The contractor shall follow the design requirement and specification of the Signaling system

to make the Power & OCS system, Civil Works and Track Works fully integrated to the

Signaling system.

15.1. CIVIL WORKS

15.1.1. General

The stipulation stated in this Section specifies the requirements applicable to the Civil

Works for the extension of the MRT 3 Taft Pocket Track.

The works shall include the detailed design, supply, delivery, installation, testing &

commissioning, defects warranty and obtaining all permission from government

authorities and everything whether permanent or temporary in nature needed and

necessary for safe and proper execution of work and fulfillment of all obligations

required under this contract.

15.1.1.1. Scope of Work

The Contractor shall be responsible for:

a. Design, plan, and modification of MRT3 retaining wall structures affected

by extension of the Taft Pocket Track.

b. Other Civil Works required for work completion like restoration of MRT 3

perimeter fence, drainage, curbs and etc.

c. Ensure no disruption to MRT 3 daily train operations and adjacent traffic

flow along EDSA.

15.1.1.2. Applicable Standards The following are the main reference standard comprises the technical

requirements and the condition to be adopted for the execution of the works.

American Standards

- AASHTO

- ACI

- ASTM

- AWS

- PCI

British Standards

- BS

- CIRIA

- CRSI

European Norms

- CEN

- SCCEPG

French Norms

- AFNOR

- DTU

DPWH Standard Specifications

PNS

15.1.1.3. Special Site Conditions

Utmost importance shall be taken by the Contractor with regard to the special site

conditions affecting the design and construction of the project.

15.1.1.4. Performance Requirements

The contractor shall prepare design criteria, a preliminary set of standard

drawings, a list of the basic design drawings, and a set of final design drawings

and an outline of the procurement and construction specifications.

15.1.2. Materials Requirements Civil Work materials needed for the extension of Taft Pocket Track shall be complete

with all accessories and passed all the required testing in accordance to specifications

and standards and shall be approved by the Engineer before incorporating to work.

The Contractor shall ensure materials availability for small quantity production

intended for maintenance use.

15.1.2.1. Removal of Structures and Obstructions This Item shall consist of the removal wholly or in part and satisfactory disposal

of all structures, fences, old pavements and any other obstructions which are not

designated to remain. It shall also include salvaging of designated materials and

backfilling with approved fill materials. All rubbish from the TPT area shall

be disposed of and shall not allow accumulations.

15.1.2.2. Earthworks

All materials to be incorporated in the work shall pass all required testing and

certification and in accordance with the requirements of Part C Earthwork

DPWH Standard Specifications 2004 (Volume II).

15.1.2.3. Aggregate Base / Sub-Ballast

The aggregate base (sub-ballast) shall be from approved source and conform to

the requirements of Item 201 Aggregate Base Course of the DPWH Standard

Specifications 2004 (Volume II)..

15.1.2.3.1. Geo-Textiles

This item covers geo-textile fabrics for use in subsurface drainage, hydraulic

control, erosion control, sediment control and pavement structures as a

waterproofing and stress relieving membrane in order to prevent mixing of

dissimilar materials.

Geo-textile sheet for MRT3 shall be 13kn tensile strength and at least 0.90mm

thickness.

Materials and specifications for this section shall conform to Item 715 of

DPWH Standard Specifications 2004 (Volume II).

15.1.2.4. Concrete Works

This section refers to the required concreting works for MRT3 retaining wall,

OCS posts unless specified and other concreting works needed for the extension

of Taft Pocket Track.

15.1.2.4.1. Concrete

The concrete shall be adequately workable and of proper consistency to permit

flow to forms and reinforcement during placement and no signs of aggregate

segregation. The designed minimum compressive strength of concrete at 28

days shall be 28 Mpa shall conform to AASHTO, ACI, ASTM and standards

applicable.

15.1.2.4.2. Hydraulic Cement All Portland cements shall be obtained from suppliers which have a quality

system for product conformity and shall conform to ASTM 150 or Item 700

of DPWH Standards Specification or approved equal.

15.1.2.4.3. Water Water shall be clean, fresh and potable and shall conform to Item 714 of

DPWH Standard Specifications.

15.1.2.4.4. Aggregates Aggregates shall be from approved source and shall not contain any deleterious

substances to prevent contamination and cement alkalis reactions.

All aggregates shall pass all required testing and shall conform to ASTM

Standards and Item 703 of DPWH Standard Specifications.

15.1.2.4.5. Admixtures

Suitable admixtures may be used to modify certain properties of concrete and

shall conform to ASTM C494. However, as they may at the same time

adversely affect other important concrete quality, the Contractor shall carry

out testing on concrete to which they are added.

All admixtures shall conform to relevant local and international specifications

and shall be approved by the Engineer.

15.1.2.4.6. Steel Reinforcement

The Contractor shall specify basic and minimum standards for furnishing and

installing steel reinforcement for concrete. All reinforcing steel shall be hot

rolled weldable deformed steel bars obtained from approved supplier as

specified in ASTM A615M or BS 4449 and shall have the following minimum

yield strength:

a. 12 and smaller shall be 275 Mpa or grade 40

b. 16 and larger shall be 414 Mpa or grade 60

15.1.2.4.7. Formwork Forms shall be designed to produce hardened concrete of the shape, lines, levels

and dimensions indicated on the design drawings. The forms including form

supports which shall withstand the worst combination of all loads together with

all incidentals dynamic effects caused by placing, vibrating and compacting

concrete.

The Contractor shall specify basic and minimum standards for forms for

concrete structures and facilities and shall conform to ACI 301 and ACI 347

standards.

15.1.2.4.8. Materials for Curing Concrete

Concrete curing materials shall be of approved materials and conforms to

standards requirements. The materials shall be satisfactory of providing a

curing environment for optimal concrete quality, consistency, strength and

durability.

The following materials can be used for curing concrete by the Contractor or

any approved equal:

a. Liquid membrane forming compounds AASHTO M 148 / ASTM

C1315

b. Previous sheeting AASHTO M 184.3

c. Standard specification for sheet materials for curing compound ASTM

C171

15.1.2.4.9. Joint Fillers

Unless otherwise shown on the plans or in special provisions, materials for

expansion joint filler shall conform to the ASTM D-1751 requirements and

specifications.

15.1.2.4.10. Other Accessories

Reinforcement accessories, consisting of bar supports, spaces, ties, and similar

items as required for spacing, assembling, and supporting concrete in place shall

be provided conforming to reference standards.

15.1.2.5. Civil Miscellaneous Structures

This section refers to miscellaneous materials required and necessary to complete

the work in the extension of Taft Pocket Track.

15.1.2.5.1. Curb and Gutter

Curb and gutter shall be constructed by concrete cast in conformity with the

design drawings and shall be in accordance with the plans and specifications

required by the Engineer.

Materials and execution shall conform to Item 600 of DPWH Standard

Specifications.

15.1.2.5.2. Fences

Fences necessary to maintain system security along the MRT3 perimeter shall

be provided by the Contractor and shall ensure that there are no related or

operational problems. Metal fences should be galvanized and or walls shall

have smooth surfaces and shall be painted.

MRT3 perimeter fence shall be constructed in conformity with the designs and

specifications required by the Engineer and shall be compatible with the

existing fenced materials.

Materials and execution shall conform to Item 604 of DPWH Standard

Specifications.

15.1.2.5.3. Drainage Drainage for MRT3 shall be compatible with the existing drainage system. It shall be designed to remove completely excess water. Drainage pipes of

100mm Ø shall be perforated with 10mm Ø holes connected to PVC drain

pipes of the same diameter and spaced every 3 meters shall be used.

15.1.2.5.4. Cable Trough Cable trough shall be precast concrete provided with 20mm Ø drain holes

spaced every 5 meters. Cable through shall be 50mm thick and at least 270mm

in height. Each cable through of 300mm and 440mm wide respectively shall

consist in 3.2mm Ø welded wire fabrics spaced every 150mm and shall

conform to ASTM A185.

15.1.3. Construction Requirements

The Contractor shall be responsible for the construction means, methods, techniques,

sequences and procedures for coordinating all portions of the Work under the

Contract Documents.

The Contractor shall provide all superintendence during the execution of the Work as

may be necessary for the proper fulfillment of the Contractor’s obligations under the

Contract. It shall include the supervision and inspection by qualified professional

personnel experienced in railway construction whose responsibility shall be to ensure

the technical standards and workmanship, materials, and quality are being maintained

in accordance with the Scope of Work.

The Contractor shall design, supply and install materials for the extension of Taft

Pocket Track which satisfies to the minimum requirements of the specification and

Employer’s Requirements. The Contractor shall submit full details of the proposed

design to the Engineer for review and approval and shall not commence until written

acceptance has been received from the Engineer.

15.1.3.1. Removal of Structures and Obstructions

This Item shall consist in the partial or whole removal responding to the final

disposal of all structures: fences, old pavements and any other obstructions which

are not designated to be remained. It shall also include salvaging of designated

materials for backfilling with approved fill materials. All rubbish from project

area shall be disposed and accumulations shall not be allowed.

15.1.3.1.1. Execution

This section shall conform to Item 101 of DPWH Standard specifications

15.1.3.1.2. Dust control

The Contractor shall take appropriate action to check the spread of the dust in

the project site and avoid the creation of a nuisance in the surrounding area.

The Contractor shall not use water if it results in hazardous conditions such as

flooding or pollution and shall comply with all dust regulations imposed by

the local air pollution agencies.

15.1.3.1.3. Construction Protection

The Contractor shall ensure construction protection adequately during

execution of work in order not to affect the adjacent traffic flow along EDSA

Highway and MRT 3 operations.

The Contractor shall take all necessary precautions to protect personal (ppe)

and private property in the areas of work. Approved barriers and warning

signs shall be provided to reroute personnel/motorists around areas of

dangerous work

15.1.3.1.4. Rubbish / Debris Rubbish/debris shall be placed in approved Contractor furnished containers to

prevent spread and accumulation of dust and dirt. It shall be removed from the

area of work as often as necessary but not less than at least once at the end of

each workday.

15.1.3.1.5. Submittals

The Contractor shall submit the following:

a. Proposed demolition procedures for Engineer’s approval

b. Detailed description of equipment to be used for each sequence of

operation

c. Traffic management plan

d. And other submittals required for work completion.

15.1.3.2. Earthworks

The work specifies in this section consists of stripping topsoil, excavating and

backfilling to attain indicated sub-grades and grades and conforms to Part C

Earthwork of DPWH Standard Specifications latest edition.

15.1.3.2.1. Excavation Remove materials within the indicated limits. The sub-grade is the lowest

elevation of excavation and it shall be inspected and approved by the Engineer

prior to placement of grade materials. Excavated materials satisfying the

requirements of Item 104 of the DPWH Standard Specifications may be used

as fill materials. Remove all surplus excavated materials.

15.1.3.2.2. General Excavation

a. Generally refers to excavation for the construction of track-way and

roadway as indicated on the design drawings.

b. Sub-grade preparation at sub-grade track way and roadway in

excavation areas shall have a minimum bearing capacity of 150 Kpa

and shall conform to Item 105 of DPWH Standard Specification.

c. Fill unauthorized excavation with approved fill materials by the

Engineer and compact to at least 90 percent of maximum dry density in

accordance with ASTM 698 of 200mm per compaction layer.

15.1.3.2.3. Structure Excavation

Ensure that the existing sub-grade, other than rock, will not be disturbed and

get loose by any excavation. If the sub-grade material is disturbed to a lesser

than 90% of FDT, measure should be taken to recover the sub-grade at least

90% FDT or higher, otherwise the disturbed material can be replaced by

equivalent material or with concrete of the same class as the sub-grade

structure.

The Contractor shall ensure that demolition and excavation of the adjacent

existing concrete road which is affected by the project shall not disrupt the

road traffic and not damaging to any other existing facilities.

15.1.3.2.4. Filling, Backfilling and Compacting

Gradation ASTM D422

Liquid Limit ASTM D4318

Plasticity Index ASTM D4318

Resistance (R. Value) ASTM D2844

Maximum Density ASTM D1557

Sand Equivalent California test 217 or ASTM D2419

Refer to Item 104 of DPWH Standard Specifications.

15.1.3.2.5. Contractor’s Quality Control

Prior to and during the execution of the work, the Contractor’s Testing

Laboratory shall perform all necessary tests in accordance with the minimum

testing requirements and Item 104 of DPWH Standard Specifications. Field

Density Test for any sub-grade for track or for any soil for spread foundation

should be higher or at least 90%.

15.1.3.2.6. Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Equipment to be utilized in the work

b. All necessary methods and procedures

c. All testing results and other materials certification

15.1.3.3. Aggregate Base / Sub-Ballast

This section specifies the furnishing, placing, spreading and compacting of

crushed aggregate base or sub-ballast in one or more layers in accordance with

specification and contract drawings.

15.1.3.3.1. Placing, Spreading and Compacting

The approved aggregate base course (sub-ballast) shall be placed, spread and

compacted in conformity with the requirement of DPWH Standard

Specifications Items 200.3.2 and 200.3.3 and contract drawings.

Geo-textile materials, execution and specifications for this section shall

conform to Item 715 of DPWH Standard Specifications.

15.1.3.3.2. Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Geo-textile materials specifications

b. Equipment for to be utilized for the work

c. All necessary methods and procedures

d. Materials grading and testing results

e. Materials source and certificate of compliance

15.1.3.4. Concrete Works for Retaining Wall

This section covers procurement and placing of concrete. It specifies basic and

minimum standards for materials and equipment for the use of plain and

reinforced concrete.

All specifications discussed in this section will technically apply for the

construction of MRT3 retaining walls, OCS foundation if necessary and other

concrete works needed for the extension of the Taft Pocket Track.

15.1.3.4.1. Quality Assurance

The Contractor shall be responsible for the quality control and quality

assurance for materials and construction to be included but not limited to the

following:

a. Complete quality assurance plan

b. Organizational chart for quality control

c. Qualifications of independent testing laboratories as well as names and

experience records of Contractors staff for implementing quality plans

d. Site laboratories locations, layout and equipment

e. Plans for testing products requiring testing and inspection at the

supplier’s premises and proposed procedures for ensuring quality

control is implemented

f. Provision of inspection and testing instruments and devices to ensure

proper performance of quality control

g. Verification by affidavits and certifications that the supplied products

meet requirements of reference specifications as specified in applicable

sections of specification

h. Tests to be regularly performed on all supplied materials

i. Lists of proposed stages at which specified inspection and

documentation shall be performed by the contractor and approved by

the Engineer

j. Forms of all test reports for all materials and items to be tested

k. Quality assurance plan system, documents control, handling and

storage procedures and check on quality records and auditing system

15.1.3.4.2. Execution

The Contractor shall establish methods and procedures for all activities needed

to complete the work in accordance with applicable specifications.

The following works shall be included:

a. Survey and setting out

b. Rebar installations

c. Formwork installations

d. Inspection before placing concrete

e. Handling and placing of concrete

f. Compaction of concrete

g. Concrete surface finishing

h. Concrete curing

15.1.3.4.3. Submittals

Prior to the works, the Contractor shall submit the following documents for

the Engineer’s review and approval:

a. Quality assurance plan

b. Applicable reference codes

c. Sources and characteristics of concrete materials comprising cement,

coarse and fine aggregates, admixtures, water and reinforcement

d. Proposed concrete mix design accompanied by all relevant data for

materials sources and testing

e. Methods of concrete mixing, transportation, placing, compacting and

curing

f. Details of batching plant

g. Quality control procedures comprising methods of sampling as well as

site laboratory equipment and experience records and number of

quality control personnel

h. In addition to other requirements regarding design calculations and

details of proposed construction methods including type of equipment,

plans of execution and corresponding calculations

i. Traffic management plan

j. And other submittals which conform to 4.1.3.4.1 Quality Assurance

15.1.3.4.4. Tolerances The concrete work shall be constructed to an accuracy which shall permit the

proper assembly of components and installations and shall be compatible with

the finish.

The accuracy of the work shall be within the tolerances shown on the

drawings or specified elsewhere and in the absence of any other requirements,

shall comply with the following:

All laying out dimensions ±5 mm

Concrete surface level ±5 mm

15.1.3.5. Civil Miscellaneous Structures

This section shall consist of all Civil Miscellaneous Structures required for supply

and installations necessary to complete the Civil Works for the extension of

MRT3 Taft Pocket Track.

15.1.3.5.1. Submittals

The Contractor shall submit the following for the Engineer’s approval:

a. Detailed design drawings for each Civil Miscellaneous Structures and

Materials

b. Method and procedures for each Civil Miscellaneous Works

c. Materials compliance certificate and testing results

d. And all other submittals needed to complete the work

15.2. TRACK WORKS

15.2.1. General

The provisions stated in this document are related to the specific requirements

applicable to the track system for the extension of MRT3 Taft Pocket Track.

Trackworks system under this Contract shall conform to the most recent practices of

the American Railway Engineering Association (AREA), Union Internationale des

Chemins de Fer (UIC), International Standards Organizations (ISO) and the practices

and specifications of recently constructed mass transit systems of equivalent capacity

and characteristics constructed within the last five (5) years. It shall be of proven

design satisfying the system performance requirements and shall be compatible with

the existing MRT3 system. It shall also satisfy requirements with regards to train

kinematic gauge, service life, reliability, maintainability and safety.

The works shall include design, supply, installation, test & commission and obtaining

all permission from government authorities and everything whether permanent or

temporary in nature necessary for safe and proper execution of work and fulfillment

of all obligations required under this contract. It shall also include the training of the

Employer maintenance personnel, supply of maintenance and repair manuals, as-built

records and rectification of defects liability period of the installed ballasted tracks

system.

15.2.1.1. Scope of Work This section specifies the scope of work of the Contractor as follows:

a. Design, plan, supply and installation of all track materials required for the

extension of Taft Pocket Track in order to accommodate a four-car train,

i.e. to relocate a turnout in order to extend the Taft Pocket Track of about

19m.

b. The workmanship shall be in accordance to specifications and quality

standards and shall not disrupt the MRT3 daily operations and adjacent

traffic flow along EDSA.

15.2.1.2. Standards and Regulations

The work shall conform to the laws and regulations existing in the Philippines and

shall generally be in compliance with the Philippines Standards and Codes of

Practices unless specifically provided for in this document.

In addition, the following standards may be considered as long as they do not

compromise the Employer’s Requirements

ACI - American Concrete Institute

ANSI - American National Standards Institute

ASA - American Standard Association

AREA - American Railway Engineering Association

CEN - Comité Européen de Normalisation

ISO - International Standard Organization

UIC - Union Internationale des Chemins de Fer

JIS - Japanese Industrial Standards

AS - Australian Standards

BS - British Standards

AASHTO - American Association of State Highway &

Transportation Office

ASTM - American Society for Testing and Materials

PCI - Pre-stressed Concrete Institute

15.2.1.3. Special Site Conditions

The Contractor acknowledges that it has thoroughly investigated and satisfied

itself as to all general and local conditions affecting the work. The failure of the

Contractor to accustom himself with such conditions will not relieve him from any

responsibility for completing the works under this contract. The Contractor shall

be fully responsible for any damage caused to the site or other existing facilities

due to his track works equipment movements and transportation and restore these

damages to its original state at his own expense.

15.2.1.4. Design Criteria The following data will constitute for the design of trackworks for MRT3:

a. Track gauge 1435mm

b. Train speed 65kph

c. Concrete tie spacing 750mm

d. Rail inclination 1:20

e. Axle load 90kn

f. Ballasts depth minimum 250mm Mainline

g. Rail profile UIC 54

h. Depot track minimum radius 25m

i. Concrete tie length 2500mm

j. Concrete tie weight 250kg

k. Concrete tie compressive strength 50Mpa

l. Concrete tie stress transfer strength 30Mpa

m. Pre-stressing wire diameter 6.5mm

n. Pre-stressing wire ultimate tensile strength minimum 1700MPa

15.2.2. MATERIALS REQUIREMENTS Trackworks materials needed for the extension of Taft Pocket Track shall be complete

with all accessories and passed all the required testing in accordance to specifications

and standards and shall be approved by the Engineer before incorporating to work.

The Contractor shall ensure materials availability for small quantity production

intended for maintenance use.

15.2.2.1. Ballast

Ballast shall be of crushed rock containing no carbonates or slag; it shall be hard,

strong, angular, and durable particles. Ballast rock shall be highly resistant against

crushing, grinding, and chemically inert. It shall be weather resistant and of

homogenous structure. The Ballast shall be free from dust, soil, clay, plant matter

and substances likely to be detrimental to the rocks.

15.2.2.2. Special Trackworks

Unless specified, the materials required for the extension of Taft Pocket Track

refers to the supply and replacement of timber ties and other defective fastening

system that will not be suitable for their re-installation.

15.2.2.2.1. Switch and Crossing Ties Switch and crossing ties shall conform to 4.2.2.3 Monoblock Concrete Ties

15.2.2.2.2. Joints

All special trackworks joints shall either be alumino-thermic welded by an

approved welding materials and procedures for UIC 54 rail or insulated

fishplates of approved materials and specifications.

15.2.2.2.3. Rail Fastening System

Concrete ties associated rail fastening system shall be Pandrol type e-series

elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with

UIC specifications.

15.2.2.3. Monoblock Concrete Ties

Concrete ties shall be monoblock pre-tensioned concrete. It shall be 250kgs and

2500mm long. Alternative concrete ties could be considered if they are

compatible with the existing concrete ties in MRT3 in terms of general profile,

dimension and strength. The Contractor must ensure that alternative designs must

have a successful history performance of at least five (5) years in service under

comparable conditions. Any alternative design must be specifically approved by

the Engineer.

15.2.2.3.1. Concrete The concrete minimum 28 days design compressive strength for concrete ties

shall be 50 Mpa as determined by ASTM C39.

15.2.2.3.2. Aggregates

Both fine and course aggregates shall meet the requirements of the AREA

specification for aggregates.

All aggregates shall pass all required testing and shall conform to Item 703 of

DPWH Standard Specifications.

15.2.2.3.3. Admixtures

Chemical admixtures for concrete shall conform to ASTM C494. Additives

containing chlorides shall not be used.

Suitable admixtures may be used to modify certain properties of concrete.

However, as they may at the same time adversely affect other important

concrete quality, the Contractor shall carry out testing on concrete to which

they are added.

15.2.2.3.4. Pre-stressing Tendons

The wire shall be 6.5mm diameter complying with ASTM A864 or ASTM

881 and shall have a minimum tensile strength of 1700 MPa. Tendons shall

not be contaminated with mud, oil, grease or chloride salts. Tendons with

corrosion shall not be used.

15.2.2.3.5. Rail Fastening System

Concrete ties associated rail fastening system shall be Pandrol type e-series

elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with

UIC specifications.

15.2.2.4. Timber Cross and Switch Ties

The ties shall be unbored and air dried hardwood of untreated Jarrah timber

species for exposed mainline turnouts or any approved equivalent.

15.2.2.5. Rails

Standard rail cross-section shall be UIC 54 (54.43 kg/m) of grade 900A with a

minimum tensile strength of 880 Mpa and shall meet the requirements of the UIC

Standards.

15.2.2.6. Thermit Welding

This refers to the materials and other services required for joining UIC 54 using

alumino-thermic welding process.

15.2.2.6.1. Thermit Welding Kits

Thermit welding materials shall be manufactured by Thermit Australia Pty Ltd

or approved equivalent compatible to the existing welding materials used in

MRT3.

15.2.2.6.2. Thermit Welding Equipment Welding equipment and accessories required for welding operation shall be

use and installed in accordance to manufacturer’s recommendation, contract

drawings and applicable specifications.

15.2.2.7. Other Track Materials

Other track materials and appurtenances needed to complete the work shall be

approved materials by the Engineer and installed in accordance to manufacturer’s

recommendation, contract drawings and applicable specifications.

15.2.2.7.1. Insulated Rail Joints

Rail joints shall be made up of two rolled steel fishplates designed to fit UIC

54 rail profile and with four holes drilled by an approved drilling machine.

Bolts shall be of high strength provided with spring and flat washers and shall

conform to applicable UIC standards.

15.2.2.7.2. Check Rails

Check rail shall be machined from UIC 33 profile of not harder than grade

900A rail steel and supported by brackets connected to the rail. Bolt

connection shall utilize steel components conforming to UIC leaflets 864/2.0

and 864/3.0 appertaining to technical specifications for the supply of track

bolts and spring washers respectively.

15.2.2.7.3. Rail Fastening System

Concrete ties associated rail fastening system shall be Pandrol type e-series

elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with

UIC specifications.

15.2.2.7.4. Lubricants The Contractor shall provide a dry film lubricant for application to special

tracks sliding plates. It shall have a low electrical conducting properties and

subject for Engineer’s approval.

15.2.3. CONSTRUCTION REQUIREMENTS The Contractor shall be responsible for the construction means, methods, techniques,

sequences and procedures for coordinating all portions of the Work under the

Contract Documents.

The Contractor shall provide all superintendence during the execution of the Work as

may be necessary for the proper fulfillment of the Contractor’s obligations under the

Contract. It shall include the supervision and inspection by qualified professional

personnel experienced in railway construction whose responsibility shall be to ensure

the technical standards and workmanship, materials, and quality are being maintained

in accordance with the Scope of Work.

The Contractor shall design, supply and install a ballasted tracks system which

satisfies to the minimum requirements of the specification and Employer’s

Requirements. The Contractor shall submit full details of the proposed design to the

Engineer for review and approval and shall not commence until written acceptance

has been received from the Engineer.

15.2.3.1. Ballasted Trackworks Construction

This section applies to construction of all ballasted tracks both plain and special

tracks for MRT3 both Depot and Mainline.

15.2.3.1.1. Quality Assurance Program

a. The Contractor shall establish, implement and maintain a quality

assurance program to provide verification of compliance with contract

requirements. The quality assurance program shall consist of detailed

procedures and instructions for monitoring and controlling those

activities related to quality during design, fabrication, delivery,

handling, storage, installation, inspection and testing. The areas which

the quality assurance program shall address include the following:

Review and control of quality procedures and instructions,

Calibration of construction measuring and testing tools and

equipment,

Qualification and certification of Personnel,

Tests and inspections

Procurement quality assurance,

Identification and control of items, and

Handling, delivery and storage of materials.

b. Adequate records shall be maintained by the Contractor in accordance

with the requirements of his quality assurance program and shall

include the following:

Evaluation of subcontractors’ and suppliers’ qualifications and

past performance,

Results of inspections and tests,

Certificates of compliance,

Qualified procedures for special processes,

Personnel certifications,

Measuring and test equipment calibration certificates, and

Transmittals of contract related information.

c. The appropriate requirements of the Contractor’s quality assurance

program shall be imposed upon subcontractors and suppliers.

d. The quality assurance activities of the Contractors/subcontractors and

suppliers will be subject to Engineer’s verification, inspection and

audit at any time.

15.2.3.1.2. Submittals

The Contractor shall submit the following:

a. The Quality Assurance Program

b. Applicable reference codes

c. Detailed construction schedule

d. Detailed design and shop drawings for all Contractors supplied

materials and other track materials required including fastening system

for the construction of both ballasted track and special track works.

e. Pre-construction inspection reports

f. Qualifications of registered Surveyors

g. Certificate of calibration for specified tools and equipment by

independent testing laboratory accepted by the Engineer

h. Details and arrangement of equipment, materials and personnel to be

used during the various construction stages. Maximum construction

loads shall be identified and submitted to the Engineer for review prior

to any construction equipment being allowed to construction site

i. Details for the protection of rails, special track works, other track

materials and facilities from damage by construction equipment and

road traffic,

j. Production information forms and test reports on welds,

k. Rail laying records,

l. Calculation to determine Neutral Rail Temperature for Depot and

Mainline.

m. Method statement for natural or artificial de-stressing works for

ballasted track and ballasted special track works both Depot and

Mainline.

n. Procedures for handling and anchoring CWR,

o. Procedures for rail grinding and subsequent cleanup including a daily

rail grinding log indicating grinding date, locations, number of passes

of grinder, manufacturer and model number of grinder,

p. And all other documents needed for the completion of the work and

subject for Engineer’s review and approval.

15.2.3.1.3. Electrical Testing The Contractor shall perform all tests of electrical resistance and continuity for

insulated rail joints, running rail, running rail to running rail and track to earth.

Any installations which fail shall be rectified by the Contractor at his own

expense and retested until acceptance by the Engineer.

15.2.3.1.4. Inspection

The Contractor shall inspect the construction area prior to installation of

trackworks for any damages and discrepancies with propose installation plan

and correct said discrepancies authorized by the Engineer.

15.2.3.1.5. Track Laying Construction for Ballasted Tracks

The Contractor shall submit method statement for a systematic rail laying

construction for Engineer’s review and approval.

General ballasted tracks construction shall include the following procedures:

a. Survey and setting out correct tracks and special track alignment.

b. Base preparation

c. Placement of bottom ballasts on an approved base

d. Placement of concrete sleepers or timber ties

e. Placing of rails and fastening to concrete sleepers or timber ties

f. Welding of rails to form continues welded rail

g. Fastening of concrete sleepers or timber ties

h. Placement of top ballasts

i. Initial surfacing and aligning

j. De-stressing work

k. Final surfacing and alignment

l. Test and inspection of finished tracks

m. Site Cleaning

Refer to Table 1 “Track Construction Tolerances” where indicated the

allowable geometric design variation for track work construction.

The Contractor shall assists the Engineer in his inspection of the finished track

with a track geometry measuring device that capable of measuring various

track alignment parameters with accuracy more than the tolerances specified

in Table 1 “Track Construction Tolerances” and submit the print-out for

Engineer’s approval and record. Any data being out of tolerance shall be

rectify by the Contractor and shall be re-inspected by the Engineer.

Before final acceptance by the Engineer, the Contractor shall perform

ultrasonic inspection of all running rails and special track works to detect

flaws in rail, joints and welds.

15.2.3.1.6. Track Laying Construction for Ballasted Special Tracks

Special trackwork construction shall conform to Clause 4.2.3.1.5 Track

Laying Construction for Ballasted Tracks except the use of track geometry

measuring device since geometry alignment for special tracks will be checked

manually.

15.2.3.1.7. Mockup Tracks Not Applicable.

15.2.3.1.8. Final Acceptance Before final acceptance by the Engineer, the Contractor shall perform and

satisfy rail grinding of all rails to remove the corrosion and shall complete

ultrasonic testing inspection to detect flaws for running rails, special

trackworks and welded joints.

15.2.3.2. Ballast

The Contractor shall supply and install ballasts of approved materials required for

the extension of the MRT3 Taft Pocket Track.

15.2.3.2.1. Testing Requirements

a. Grading

Size of Sieve Opening % Passing by Weight

Ballast for MRT 3 (Size 3 AREA

Manual)

63.5 mm 100%

50.8 mm 95-100%

38.1 mm 35-70%

25.4 mm 0-15%

12.7 mm 0-5%

b. Deleterious substances present in prepared ballasts shall not exceed the

following:

c. Percentage of wear shall not exceed 25% after testing in a Los Angeles

abrasion testing machine in accordance with ASTM C535. d. The bulk specific gravity and percentage of absorption shall be 2.60

and 1% respectively in accordance with ASTM C127.

e. The magnesium carbonate content shall be tested and defined in

accordance with ASTM C25. No carbonates shall be allowed.

15.2.3.2.2. Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Ballast source certificate of compliance

b. Tests results mentioned in 4.2.3.2.1 Testing Requirements

c. And all other test required to complete the work

15.2.3.3. Special Trackworks

The Work of the Contractor in this section refers only for the relocation of the

existing 1:6 turnout and replacement of timber/switch ties and other associated

fastening system that found defective during the execution of the work. It shall be

in accordance to design, specifications, standards and scope of work.

15.2.3.3.1. Quality Assurance

Shall conform to 4.2.3.1.1 Quality Assurance Program

15.2.3.3.2. Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Shop drawings showing details and arrangements of special trackwork

relocation,

b. Proposed welding, joining and test procedures for special trackwork,

c. Contractor’s system specification for marking and identifying sizes,

types and composition of products, as well as identifying parts for the

purpose of proper location during installation,

Material Percent by

Weight Method of Test

Soft Pieces 5% AASHTO - T189

Fine less than No. 200

Sieve 1% ASTM C117

Clay lumps and Friable

Particles 0.5% ASTM C142

Flakiness Index 20% BS 812

d. Certificates of material compliance required by this specifications,

e. Test report of chemical analysis and Brinell hardness of running rail,

electric insulation, and other tests required by this specification.

15.2.3.3.3. Inspection and Acceptance For the inspection of material under this Contract, the terms set forth in

“Materials Inspection, Test and Claims,” under the UIC Specifications for

Special Track Work shall apply, except as listed herein.

The Contractor will make available to the Engineer all the necessary facilities

to examine the work during its progress as well as the finished product to

satisfy him that the materials comply with the Specification. The Contractor

will provide templates and 1 meter straight edges to check flangeways, rail

end, and switch rail planing.

15.2.3.4. Monoblock Concrete Ties

This section specifies the requirement for the supply and installation of pre-

stressed monoblock concrete ties with complete rail fastening system compatible

with the existing system of MRT 3.

15.2.3.4.1. Design Criteria

As specified in 4.2.3.1.4 Inspection

15.2.3.4.2. Marking, Delivery, Storage and Stacking

Mark on top of the ties with indented or raised letters to indicate the

manufacturer, year of manufacture, mould number and project identification.

Contractor must securely brace ties during transportation to prevent from any

movement that could cause damage. During transportation, ties should be in

horizontal position supported with wooden spacer blocks so that the top

surface does not make contact with ties loaded above. Do not stack ties more

than 6 layers during transport.

The Contractor shall store concrete ties in a location that would avoid

additional handling until the final distribution or within the area

designated by the Engineer.

15.2.3.4.3. Quality Assurance and Inspection

Before production commences, the Contractor shall prepare a quality control

manual for approval by the Engineer and shall include details of:

Management organization

Responsibilities of production and quality control personnel

Plant standards

Checks to be carried out by the production personnel

Inspection and testing to carried out by quality control personnel

Procedures for approving sources of materials

Procedures to ensure all measuring equipment is properly calibrated

Procedures to ensure that concrete ties are not shipped until acceptance

load testing is complete

Quality audit procedures

This section shall also conform to 4.2.3.1.1 Quality Assurance Program

15.2.3.4.4. Submittals

a. Quality control program

b. Concrete mix design

c. Concrete curing procedures

d. Method and procedures for concrete ties production

e. Tensile strength test results

f. Rail fastening system technical specifications and drawings

g. Pre-stressing wire technical specification

h. All materials test results needed to complete the work and before

incorporating to concrete ties production

This section shall also conform to 4.2.3.1.2 Submittals

15.2.3.5. Timber Cross and Switch Ties

This section comprises specifications for the supply and installation of new timber

cross ties, switch ties, switch machine ties required for the relocation of MRT3

Taft Pocket Track turnout 1:6 of approved source and shall be compatible with the

existing materials.

15.2.3.5.1. Quality Requirements

Ties shall be free of defects that may impair their strength or durability.

Defects such as decay, large splits, large shakes, excessive grain slope, large

holes and large knots will not be acceptable. All timber ties shall be cut by saw

and the cross section shall be 225mm wide and 140mm deep. Standard cross-

ties shall have a length of 2440 mm. Size and length tolerances shall be as

follows:

a. Width - plus 10 mm/minus0

b. Depth - plus 12 mm/minus 0

c. Length - plus 50 mm/minus 0

Each timber shall be examined on the top, bottom, sides and ends. Cross and

switch tie shall not exceed the following allowable amount of defects:

Type of Warp Allowable Amount

Spring 25 mm

Bow 9 mm

Crook 25 mm

Cup 6 mm

Twist 6 mm

All ends of timber ties shall be cut square and provided by anti-split end

plates. End plates shall be applied flush to the end surfaces of the tie and will

remain securely seated and withstand rail vibration.

The Contractor is required to determine the number and dimensions of switch

ties for each turnout and shall be specified in general turnout arrangement

drawing and shall conform to dimension tolerances stated above.

15.2.3.5.2. Testing and Inspection The Contractor shall assume full responsibility for all required testing and give

the Engineers sufficient notice when testing in any form is proposed so that

Engineers could inspect and witness the tests.

The Engineer may inspect the ties during production process or after delivery

at the job site and or after placement on the grade for track utilization.

Whether or not the Engineer test or inspect any materials, the Contractor will

not be relieved from any responsibility regarding defects or other failures to

meet the contract requirements.

15.2.3.5.3. Marking, Finishing and Workmanship Ties shall be branded or marked permanently with approved materials to show

ownership, manufacturer’s identification and year of production on one end.

Tie machining and workmanship shall follow and conform to the applicable

standards.

15.2.3.5.4. Submittals

The Contractor shall submit the following requirements:

a. Quality control program for all method and procedures to ensure

compliance with standards quality

b. The name of timber and its source for approval,

c. Timber ties Manufacturers specifications

d. Official certificates of inspection in conformance with the reference

standards including data regarding hammer band confirming timber

grading,

e. Data regarding proposed tie machining & stamping,

f. The Inspectors report form duly accomplished (as described by the

reference standards for Inspection of Timber Products) and submit to

the Engineer prior to tie shipment from the production plant,

g. Certification that the manufacturer has a minimum 5 years experience

in manufacturing timber switch ties and as a supplier to major rail

transit system.

h. Completed tests results.

15.2.3.6. Rails

This section specifies the supply and installation of required rails for the extension

of MRT3 Taft Pocket Track in accordance to specification and standards.

15.2.3.6.1. Test Requirements The Contractor shall perform the following tests:

a. Chemical composition analysis

b. Mechanical property

c. Tensile strength

d. Brinell hardness test

e. Shape, dimension and appearance inspection

f. Ultrasonic test

Each rail shall be ultra sonically tested over its full length to determine its

interior conditions prior to delivery to the work site. The rail must be free

from all detrimental defects having unfavorable effect on the strength of the

rail while in service.

The Contractor shall be responsible for all required testing and shall give

Engineer sufficient notice of proposed testing so that Engineer may inspect

and witness the tests in accordance to UIC specifications.

15.2.3.6.2. Quality Assurance and Inspection This section shall also conform to 4.2.3.1.1 Quality Assurance Program

The quality system for rail manufacture shall be certified at least to ISO 9002

and shall be based on precise terms and conditions which ensure compliance

with the various rail specifications.

The Engineer will monitor from time to time the Contractor’s methods,

procedures, and processes for compliance with the accepted program and all

records of test and inspection.

15.2.3.6.3. Marking, Packaging, Handling, Transporting, and Storage

a. Obligatory marks in the UIC 54 rail shall be in accordance with UIC

Code 860 O as follows in-relief marks which shall be very legible in

characters raised on one side of the web indicating:

Identification mark of the mill,

Year of manufacture (last two figures),

Symbol of steel grade, and

Symbol of rail section in kg/m weight

b. The Contractor shall submit for approval a detailed procedure for

marking, packaging, delivery, handling, transporting and storage of

rails. Contractor shall take all necessary precautions to ensure that

rails will not be bent, deformed or damage during handling and

transporting and it shall be kept clear of any standing water during

stacking and storage.

15.2.3.6.4. Submittals

The contractor is required to submit the following:

a. Certification that rail manufacturer has at least 10 years experience in

the large scale manufacture of running rails as specified herein and as a

supplier of rail to major railroads and transit systems.

b. Certification from supplier or manufacturer that all the rails

manufactured and delivered on site are in conformance with UIC

specification and that the required tests were performed as represented

by the submitted test result.

c. Tests Certificates as prescribe in 4.2.3.8.1 Rail Welding

d. Detailed production process of rails

e. Certification of the manufacture’s process in accordance to ISO 9002.

f. And all other documents needed for the completion of work.

Rails shall be guaranteed by the supplier/manufacturer from date of

manufacture plus 5 years to the date of acceptance of works against any

defects attributable to manufacture.

15.2.3.7. Track Appurtenances and Other Track Materials

This section specifies the requirements for the design, supply, and installation of

other track materials required for the extension of MRT3 Taft Pocket Track.

15.2.3.7.1. Submittals

The Contractor shall submit all detailed design drawings for each trackworks

materials in accordance with applicable specifications and subject for

Engineer’s review and approval.

a. Detailed design drawing for each Other Track Materials and

corresponding fastening system

b. Installation methods and procedures

c. Materials manufacturer specifications

d. Material compliance certificate and testing results

e. And other submittals required to complete the work

15.2.3.8. Welding of Rail

Unless specified, this section specifies the furnishing of all labor, material,

equipment and services by the Contractor which are necessary for joining new

UIC 54 rails using alumino-thermic welding process in accordance to approved

specifications, standards and manufacturer specification for materials and

equipment.

15.2.3.8.1. Rail Welding

Welding process shall include the following procedures:

a. Inspection of rail ends

b. Rail cutting and set the required gap

c. Loosening of rail fastenings

d. Rail end preparation and alignment

e. Preheating and welding

f. Finishing and alignment

g. Weld testing

h. Replacement of defective welds

i. Records of thermit welding

Each procedure shall be in accordance with the AREA Manual for Railway

Engineering, the products or welding kit specifications itself and other

applicable standards.

15.2.3.8.2. Quality Assurance

This section shall conform to requirement in 4.2.3.1.1 Quality Assurance

Program

15.2.3.8.3. Weld Testing

All weld testing and submittals shall be performed by a duly accredited

independent testing laboratory in accordance with quality control requirements

and applicable standards. In order to qualify the welding kits, welding crews,

and production welds; the following test shall be carried out:

a. Radiographic testing

b. Ultrasonic testing

c. Slow bend testing

d. Hardness test

e. Rolling load test

f. Magnetic particle test

g. Visual test

15.2.3.8.4. Tolerances

All alumino-thermic welds will be in the suspended portion of rail between

supports. The weld shall not encroach 150mm from tie ends or baseplate

support. Finished weld using 1 meter straight edge shall have the following

tolerances:

a. Rail head surface +0.3 / 0.0 mm

b. Rail gauge face +0.3 / 0.0 mm

15.2.3.8.5. Submittals

The Contractor shall submit the following:

a. Detailed specifications, proposed materials, methods and procedures to

be used for the thermit welding process,

b. Certification from the supplier or manufacturer that the materials

delivered to site conforms to the specifications,

c. Welding supervisor qualifications with a minimum 3 years thermit

welding experience. The welding supervisor shall be replaced only

with the Engineer’s prior approval,

d. All material testing and weld test results,

e. Test equipment certificate and calibration,

f. And all submittals shall be in accordance with 4.2.3.1.2 Submittals

TABLE 1

TRACK CONSTRUCTION TOLERANCES

Notes:

1. Variation is measured between the designed and actual alignment at any point in the

track

2. Horizontal alignment is measured in mm by 10m chord placed at the gauge line of the

rail running face.

3. Vertical alignment is measured in mm by 10m chord at the head of the datum rail.

4. Rail cant may vary between 1 in 18 and 1 in 22

5. Maximum twist is 1 in 1000.

15.3. SIGNALING

15.3.1. Introduction

The Terms of Reference (TOR) for the Pocket Track Extension Project under

Signaling System defines the scope of works to be undertaken in the extension of

pocket track.

The Signaling Upgrade shall not be included in this contract. The upgrade of the

signaling system shall be carried out by the Signaling Provider of the MRT3.

The contractor shall follow the design requirement and specification of the Signaling

system to make the Power & OCS system, Civil Works and Track Works fully

integrated to the Signaling system.

15.3.2. Background

Few months prior to the opening of MRT 3 line (Buendia to Taft station) to the public

on July 2000, the Pocket Track which is linked to the Northbound track of Taft

Avenue was discovered to have insufficient length to accommodate the safe operation

of a 4-car train passing from South side of the Pocket Track. Series of meetings and

Type of Track Gauge

Variation

Cant / Cross

Level

Horizontal

Alignment

Vertical

Alignment

Mainline

Ballasted Track

-2, +3 mm

±3 mm

±3 mm

±3 mm

Depot Ballasted

Track

N/A

N/A

N/A

N/A

discussions have been held between the Contractors, Engineers and Owner to resolve

the issue and finally decided to optimize the pocket track by allowing passage of 3-car

train only. Consequently, the ATP balises were relocated to effectively protect the

train’s operation even considering the worst case scenario of trespassing down the

pocket signal in restricted aspect.

Optimization of pocket track was done through the relocation of balises which

consummates the braking distance of the train. The braking distance calculation was

based on the following data:

Vehicle condition - Empty

Brake Deceleration - 2.09 m/s²

ATP antenna to vehicle face distance - 2.8 m

1st wheel to vehicle face distance - 3m

Gradient - 0.146 %

Over-run speed passing the red signal - 19 KPH

After the relocation of balises, the testing was subsequently undertaken. The 3-car

train operation successfully passed the test. The Contractor henceforth issued a safety

certification that the pocket track is passable to 3-car trains and guaranteed that the

installed ATP was functioning normally whatever the situation or scenario.

The test for the 4-car train operation was also conducted in the pocket track and the

result showed that the fouling point clearance requirement was not able to satisfy the

safety criteria.

15.3.3. Recommendation

In order to meet the requirement for the complete operation of 4-car train

configuration in the pocket track, the only option is to extend the track at the northern

side (going to the direction of Magallanes station), which will include the following

major activities:

a) Re-design / removal / replacement of wall structure.

b) Re-design / removal / replacement of tracks including ballast and installation

of additional rails and accessories.

c) Re-design / removal / replacement of Overhead Catenary Section (OCS)

including posts and installation of additional OCS and post.

d) Re-design / removal / relocation / replacement of Signaling equipment

including hardware/software.

15.3.4. Pocket Track Data

The data presented herein are actual parameters gathered at site which may serve to

aid the Contractor in the conceptual redesign of the pocket track. However, it is the

Contractor’s obligation to confirm the accurate data through site survey before using

them as parameters in the detailed engineering design.

Location of Pocket Track Northbound Track, approx. 300

meters from Taft Avenue

Station

Distance Between Signals 138 m

Straight Track 130 m

3-car Train Length 97 m

IRJ to IRJ Distance 133.8 m

4-car Train Length 127 m

Length Between ATP Antennas (4-car) 121.4 m

Track Circuit TX and RX Distance 1m

from IRJ

15.3.5. Pocket Track Operation

The pocket track is a temporary stabling area for reserve train or even defective train.

Trains can enter in the south side and exit on the north side through route setting.

Train may also exit from the south side going to Taft Avenue station through manual

route setting. Nevertheless, the automaton cannot be used in the pocket track

operation.

15.4. POWER SUPPLY AND OCS

15.4.1. General Requirements With the intention to extend the length of the Taft Pocket Track to accommodate four-

car trains, the OCS for the TPT shall have to be extended as well.

15.4.1.1. Re-Configuration and Extension of the OCS

This Specification defines the minimum requirements to be met by the

Contractor’s proposed reconfiguration and extension of the OCS along the Pocket

Track.

The OCS supplied and erected under this Contract shall be integrated and

compatible with the existing OCS system installed on the MRT 3 line. The new

installation shall satisfy the requirements with respect to vehicle envelope,

pantographs, interface, service life, safety, reliability and maintainability.

All OCS assemblies, fittings and components removed from the existing

installation shall be reused wherever possible for the new installation.

Prior to Contract Award, the Contractor must demonstrate that he has a very clear

understanding of the existing OCS Equipment and Systems. In this connection

visits to MRT 3 are mandatory during the tendering period to ensure that the

Contractor is fully aware of the present ‘as installed’ systems and the necessity for

compatibility and integration with the new equipment and systems.

As the Works under this Contract will involve activities on a ‘live’ railway, the

Contractor shall adopt and adhere to the Operator’s Rules of Procedures at all

times. All works shall be done during non traffic hours.

Under no circumstances, shall the Contractor cause disruption to the revenue

service. All staging works, timing and method statements shall be approved by the

Engineer before any night or day work is permitted to commence.

15.4.2. The Existing OCS System

The existing OCS system is of traditional metro design for a 750 Vdc railway utilizing

pole mounted cantilevers, messenger wires, droppers, contact wires, tensioning

devices, anchor blocks, section insulators, insulators and guy wires. The existing track

length within the Pocket track is 110 m and the extension will add a further 19 m.

The Contractor’s attention is drawn to Section VII Drawings, which shows the present

configuration and linkage to the Mainline.

15.4.3. Scope of Works

The Scope of Works shall include but not limited to:

Detailed design, procurement, delivery, installation, testing and

commissioning.

Integration of the new tension lengths with the existing system utilizing the

same assemblies and components or equivalents as presently installed.

Interfaces with civil, track and signaling works.

Replacement of contact wires, messenger wires and droppers.

Rearrangements of tensioning devices and anchors.

Electrical and Mechanical design calculations.

Submission of material samples for approval by the Engineer inclusive of

corrosion protection such as galvanizing and steel MIL specifications.

Rectification of defects during DLP.

Training of the Owner’s maintenance staff.

O&M manuals inclusive of parts catalogue, repair instructions, maintenance

instructions, test results from commissioning.

As built drawings, schematic drawings, line diagrams, interface drawings and

dimensional/tolerance criteria.

Recommendations for the provision of spares and special tools in

liaison/coordination with the Owner’s Maintenance Provider.

15.4.3.1. Contractor’s Responsibility

The Contractor shall take full responsibility for the detailed design, construction

and performance of the OCS under this section of the overall Contract.

15.4.4. Catenary Conductors

Contact wire shall be made up of 170mm2 solid grooved hard drawn copper

conforming to ASTM B47. The upper lobe of the contact wire shall match the

existing contact wire installed at MRT 3 to assure interchangeability of clips. Other

contact wire particulars include:

Weight : 1.511 kg/m

Breaking Load : 5900 kg

Coefficient of Expansion : 1.7 x 10-5 /0C

Resistance @ 200C : 0.1040 Ω/km

Modulus of Elasticity : 12000 kg/mm2

Conductor tensions shall be in accordance with the requirements of appropriate

ASTM standards. Thirty percent cross-sectional area loss due to wear of the contact

wire and the effect of the temperature change shall be taken into consideration in the

design of the conductor tension and ampacity.

The ampacity of the OCS shall meet the operational requirements of four-car trains

running at 120-second headways with a traction power configuration proposed in the

Concept Design Drawings.

15.4.4.1. Insulators

Insulators shall be porcelain, toughened glass polyester or other material with

proven rail or railway system service. Insulators shall have a single or multiple

sheds designed for minimum maintenance requirements and be self cleaning by

the action of rain. Double insulation is not required as it is not intended to carry

out ‘live line’ work.

15.4.4.2. Splices

Each wire run of contact wire must be continuous from anchor to anchor except in

the case of cut-in insulators. Contact wire splices shall not be permitted. Feeder

wires may have splices as required to connect drum lengths of conductor. The

manufacturer shall warrant that splices are capable of withstanding tensions up to

100% of the breaking load of the conductor.

15.4.4.3. Section Insulators

The OCS Contractor is to provide Section Insulators at locations indicated.

The Section Insulators (SI) shall be designed and installed in such a way that it shall provide a smooth passage to pantographs without any loss of contact and

without the introduction of unreasonable mechanical forces.

The SI shall permit the pantograph on the vehicle to collect the maximum demand

current without interruption during passage across the SI.

16. NORTH TURNBACK

In conjunction with the plan of DOT-MRT3 to connect LRT Line 1 and MRT3 for the

convenience of the riding public, the “Terminal Station” of LRT Line 1 is to be

constructed near Trinoma.

The LRT Line 1 “Terminal Station” is planned to be located adjacently to MRT3 North

Avenue Station. The said station shall have connecting walkways for the easy transfer of

passengers from Line 1 to MRT3 and vice versa.

Consequently in this concept, the area where the existing turn-back facility of MRT3

would be affected by the “Terminal Station” of LRT Line 1, the turn-back facility of

MRT3 at the North Avenue Station will be modified to a double crossover turnout.

The new double cross-over turnout shall be constructed using track slabs methodology.

The track slab is deemed to be the best option considering that there is an existing track

structure at the site where the new turnout will be installed.

16.1. SIGNALING

The Signaling works shall not be included in this contract.

The contractor shall follow the design requirement and specification of the Signaling

Provider to make the Power & OCS system, Civil Works and Track Works fully

integrated to the Signaling system.

16.2. CIVIL WORKS

The turn-back facility of MRT3 shall be transferred to the front-end (north-end) of the

North Avenue Station using a double crossover turnout.

The new double cross-over turnout shall be constructed using track slabs

methodology.

The civil works on the MRT3 North Avenue turn-back facility shall not be included in

this contract.

16.3. TRACK WORKS

A new double cross over turnout utilizing track slab methodology shall be constructed

at the north-end side of the North Avenue Station.

Please refer to Section VII Drawings A.5.1 for the illustration of the said new turnout.

16.4. CIVIL WORKS

16.4.1. General

This applies to the non- ballasted plain line on the structure in the main line and on

the non-ballasted turnouts. The concrete plinth rest on the elevated structure deck and

transmits the train loads to the deck. The integrity of the track structure in retaining

track gauge and security of the rail requires that the plinth do not move on the

concrete deck.

The concrete plinth should not be subjected to extraneous forces from the flexing of

the structure. This is ensured by the plinth being made in discrete lengths and not

being continuous. The lengths of plinths are planned at 4.0 meters for curved track

with 600 mm fastening spacing and 3.55 meters for the 750 mm fastener spacing of

straight track (>600 meter radius).

The design of plain line non-ballasted track structure assumes the following:

continuous welded rail, plinth design with plinth anchors, starter bars and key

concrete surface of the structure, discrete supports (not continuous support),

baseplates anchored to plinth, rail elasticity fastened to baseplate and rail to baseplate

insulated. To ensure the integrity of the track structure, the concrete plinth to the deck

connection needs to be checked for:

a. Lateral shear under lateral holdings

b. Stability against overturning of the plinth

c. Resistance against longitudinal movement of the plinth

The objectives of the non-ballasted track design will be continuous welded rail,

discrete (not continuous) support to enable matching of rail head top and running

faces when changing rails or making repair insertions to worn rail during

maintenance, ability to make alumino-thermic welds during both constructions and

maintenance and ability to accommodate hog, sag and other tolerances to the finished

supporting structure.

The plain line non-ballasted track structure may be different in the case of turnouts.

There will be also local adjustments to the non-ballasted track design for items such

as expansion switches with baseplates. The objectives of non-ballasted track structure

for switch and crossing work will be as for the plain line track with the following

additional points: ability to use the same or eliminate the steelwork components of

switches and crossings, including the baseplates used on ballasted tracks, ability to

attached powered point machines on required side (or either side), ability to make

reliable attachment of stockrails and switches for signaling to ensure closure and

detection of switch toes and ability to accommodate switch machine rodding,

clamplocks etc. as required by the signaling.

16.2.1.1. Scope of Work

This section defines the scope of work of contractor which is design, supply and

installation of new double cross-over turnout with complete ancillaries at the existing

North Avenue Station turnback, such as but not limited to plinth/switch ties fasteners,

switch/guard rails and relocation/installation of existing & new motorized switches

with LOB.

The workmanship shall be in accordance with specification and quality with minimal

disruption to MRT3 operations.

16.2.1.2. Standards and Regulations

The work shall conform to the laws and regulations existing in the Philippines and

shall generally be in the compliance with the Philippines Standards and Codes of

Practices, unless specifically provided for in this document.

In addition, the following standards may be considered as long as they do not

compromise the Employer’s Requirements

ACI - American Concrete Institute

ANSI - American National Standards Institute

ASA - American Standard Association

AREA - American Railway Engineering Association

CEN - Comité Européen de Normalisation

ISO - International Standard Organization

UIC - Union Internationale des Chemins de Fer

JIS - Japanese Industrial Standards

AS - Australian Standards

BS - British Standards

AASHTO - American Association of State Highway &

Transportation Office

ASTM - American Society for Testing and Materials

PCI - Prestressed Concrete Institute

The standards and codes used for the track materials shall be as for the relevant

material specification, such as UIC and JIS.

The standard and codes used for the concrete works shall be as for the civil

engineering works on the project. This shall apply for such items as

Cement

Concrete mixes and finishes

Reinforcement

16.2.1.3. Design Criteria

Loads: a) Vertical Loads

1) Wheel Loads (refer to attached MRT3 axle load and 5.2.1.4)

2) Centrifugal Force (lateral and resultant vertical)

3) Wind (lateral and resultant vertical)

b) Lateral Loads

c) Longitudinal Loads

Concrete Design Strengths: The compressive Strength (fc) at 28 days age shall be 28

Mpa

Reinforcing Steel: The minimum yield strength is 275 Mpa (GRADE 40)

16.2.1.4. Stray Current Control

The detailed design and construction shall coordinate with the detailed design and

construction of the supporting civil engineering works regarding the installation of

precaution and bonded reinforcement controlling the stray currents.

16.2.1.5. Coordination with Design of Support Structure

In additional to the stray current control and materials specifications, the design and

construction shall coordinate with the civil engineering works regarding

Arrangements of starter bars and keying surfaces of concrete

Tolerance of support finishes

Thermal movements of structure and thermal forces of track

Allowances in the design and special fastening for track connection at

particular structure ends where the civil design cannot ensure against uneven

movement of the supporting structure.

16.2.1.6. General Requirement

The design of the track structure shall include the full arrangement of concrete

plinth rail supports and rail fastenings according to the requirement of the design

criteria.

16.2.1.7. Derailment Condition

The design of the plinth widths and heights shall consider the situation of a derailed

vehicle, taking account of axle mounted equipments and under carriage equipment

in limiting movements of a derailed vehicle away from the line and in limiting the

degree of overturning of the derailed vehicle.

16.2.2. Materials Manufacture and/or Supply

16.2.2.1. Materials

The detailed design specification shall list all materials involved and cross reference

or include the required manufacture and supply specification. The list shall be such

as:

Rail

Concrete (and constituents)

Reinforcement

Baseplates and anchors

Pads and insulations

Rail fastening

Holding down bolts or anchors

16.2.2.2. Pre-cast Components

If the plinth (or non-ballasted) track designed contains pre-cast elements, then the

manufacture specification and testing shall be specified.

16.2.2.3. Delivery, Handling and Transportation

This shall be regarded as for concrete works except for any pre-cast elements.

16.2.2.4. Design and Dimension

The contractor shall design and construct a reinforced concrete plinth to support the

rail direct fixation on concrete structures. The height limits of the plinth are set by

top of the rail to top of deck as 410 mm maximum on straight uncanted track in the

planning. The design of the plinth shall use this value as the criterion and the

specification shall give limits for the design for:

Minimum height (desirable and absolute)

Maximum height (desirable and absolute)

The top surface of the plinth shall be self draining (not holding standing water) even

on canted track.

16.2.2.5. Design for Repair

The design of the plinth shall also show possible methods for repair that might be

utilized in the event of failure during operations whether by internal or external

causes. The method shall show temporary support of the rails enabling passage of

traffic and the method of replacing the plinth for alternatives of failed anchoring and

failed plinth.

16.2.2.6. Installation

The installation method shall be specified in the detailed designs that are

appropriate to the complete design of plinth and rail fastening system selected. The

specification shall describe as follows:

16.2.2.6.1. Methods

The methods shall allow for discontinuous construction through the project

and shall minimize disruption to road traffic.

The method shall stipulate:

The checking and accuracy of position of the starter bars provided

The checking and accuracy of the contact concrete surface between the

plinth and support structure;

The cleaning, preparation and condition of contact concrete or keying

surfaces and any measures or techniques used to ensure the correct and

good connection during installation of the plinth;

The protection of the rails and fastenings from concrete spillage;

Ensuring concrete surface beneath baseplates either cast in-situ or placed

afterwards

Ensuring tolerances of rail running faces for line and level, even after

unclipping and refastening or distressing.

Generally, the stipulations shall ensure an effectively produced product with

minimal need of rectification work delaying progress.

16.2.2.6.2. Tolerances

The specification shall set tolerances for both technical and visual objectives

and shall define the measurements used to ensure that these are achieved.

16.2.2.6.3. Inspection

The specifications shall describe inspections and measurement to be taken at

various key stages during the installation and on the final product.

Limit shall be set for corner chipping regarding repair ability and replacement.

Also methods of visual repair shall be stipulated.

The visual appearance shall be a good clean line, regular to the rail in curves

and any longitudinal straight portions in curves not unsatisfactorily apparent to

the eye.

16.2.2.6.4. Tests and Inspections of Finished Work

As described in 6.9.6.3 above, but with certification and particular tests

relevant to the primary acceptance. Tests and Inspections include the

following:

Survey of track location/coordinates to verify conformance to Main Line

Alignment

Measurement of track geometry including track gauge, rail seat cant, grade

line cross level and horizontal alignment to verify conformance to design

tolerances

Dimensional measurement of concrete plinth

Finish concrete works to required standards

16.3. Track Works

16.3.1. General

Trackworks system under this Contract shall conform to the most recent practices of

the American Railway Engineering Association (AREA), Union Internationale des

Chemins de Fer (UIC), International Standards Organizations (ISO) and the

practices and specifications of recently constructed mass transit systems of

equivalent capacity and characteristics constructed within the last five (5) years. It shall be of proven design satisfying the system performance requirements and shall

be compatible with the existing MRT3 system. It shall also satisfy requirements

with regards to train kinematic gauge, service life, reliability, maintainability and

safety.

The works shall include design, supply, installation, test & commission and

obtaining all permission from government authorities and everything whether

permanent or temporary in nature necessary for safe and proper execution of work

and fulfillment of all obligations required under this contract. It shall also include

the training of the Employer maintenance personnel, supply of maintenance and

repair manuals, as-built records and rectification of defects liability period of the

installed cross-over system.

16.3.1.1. Scope of Work

This section specifies the scope of work of the Contractor as follows:

a) Design, plan, supply and installation of all track materials required for the

new double cross-over turnout at North Avenue Station turnback.

b) The workmanship shall be in accordance to specifications and quality

standards and shall be no disruption to MRT3 daily operations.

16.3.1.2. Standards and Regulations

The work shall conform to the laws and regulations existing in the Philippines and

shall generally be in compliance with the Philippine Standards and Codes of

Practices unless specifically provided for in this document.

In Addition, the following standards may be considered as long as they do not

compromise the Employer’s Requirements

ACI - American Concrete Institute

ANSI - American National Standards Institute

ASA - American Standard Association

AREA - American Railway Engineering Association

CEN - Comité Européen de Normalisation

ISO - International Standard Organization

UIC - Union Internationale des Chemins de Fer

JIS - Japan Industrial Standards

AS - Australian Standards

BS - British Standards

AASHTO - American Association of State Highway &

Transportation Office

ASTM - American Society for Testing and Materials

PCI - Prestressed Concrete Institute

16.3.1.3. Special Site Conditions

The Contractor acknowledges that it has thoroughly investigated and satisfied itself

as to all general and local conditions affecting the work. The failure of the

Contractor to accustom himself with such conditions will not relieve him from any

responsibility for completing the works under this contract. The Contractor shall be

fully responsible for any damage caused to the site or other existing facilities due to

his track works equipment movements and transportation and restore these damages

to its original state at his own expense.

16.3.1.4. Design Criteria

The following data will constitute for the design of trackworks for MRT3:

a) Track gauge 1435 mm

b) Train speed 45 kph

c) Concrete tie spacing 750 mm

d) Rail inclination 1:20

e) Axle load 100 kn

f) Rail profile UIC 54

g) Crossover 350 M – 1:12

16.3.2. MATERIALS REQUIREMENTS

Trackworks materials needed for the installation of the new double crossover

turnback shall be complete with all accessories and passed all the required testing in

accordance to specifications and standards and shall be approved by the Engineer

before incorporating to work. The Contractor shall ensure materials availability for

small quantity production intended for maintenance use.

16.3.2.1. Special Trackworks

Unless specified, the materials required for the installation of the new double

crossover turnout at North Avenue Station turnback refers to the supply and

replacement of defective fastening system that will not be suitable for their re-

installation.

16.3.2.1.1. Joints

All special trackwork joints shall either be allumino-thermic welded by an

approved welding materials and procedures for UIC 54 rail or insulated

fishplates of approved materials and specifications.

16.3.2.1.2. Rail Fastening System

Concrete ties associated rail fastening system shall be Pandrol type e-series

elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with

UIC specifications.

16.3.2.2. Rails

Standard rail cross-section shall be UIC 54 (54.43kg/m) of grade 900 A with a

minimum tensile strength of 880 Mpa and shall meet the requirements of the UIC

Standards.

16.3.2.3. Thermit Welding

This refers to the materials and other services required for joining UIC 54 using

alumino-thermic welding process.

16.3.2.3.1. Thermit Welding Kits

Thermit welding materials shall be manufactured by Thermit Australia Pty Ltd

or approved equivalent compatible to the existing welding materials used in

MRT3.

16.3.2.3.2. Thermit Welding Equipment

Welding equipment and accessories required for welding operation shall be

use and installed in accordance to manufacturer’s recommendation, contract

drawings and applicable specifications.

16.3.2.4. Other Track Materials

Other track materials and appurtenances needed to complete the work shall be

approved materials by the Engineer and installed in accordance to manufacturer’s

recommendation, contract drawings and applicable specifications.

16.3.2.4.1. Insulated Rail Joints

Rail joints shall be made up of two rolled steel fishplates designed to fit UIC

54 rail profile and with four holes drilled by an approved drilling machine.

Bolts shall be of high strength provided with spring and flat washers and shall

conform to applicable UIC standards.

16.3.2.4.2. Check Rails

Check rail shall be machined from UIC 33 profile of not harder than grade 900

A rail steel and supported by brackets connected to the rail. Bolt connection

shall utilize steel components conforming to UIC leaflets 864/2.0 and 864/3.0

appertaining to technical specifications for the supply of track bolts and spring

washers respectively.

16.3.2.4.3. Lubricants

The Contractor shall provide a dry film lubricant for application to special

tracks sliding plates. It shall have a low electrical conducting properties and

subject for Engineer’s approval.

16.3.3. CONSTRUCTION REQUIREMENTS

The Contractor shall be responsible for the construction means, methods,

techniques, sequences and procedures for coordinating all portions of the work

under the Contract Documents.

The Contractor shall provide superintendence during the execution of the Work as

may be necessary for the proper fulfillment of the Contractor’s obligations under the

Contract. It shall include the supervision and inspection by qualified professional

personnel experienced in railway construction whose responsibility shall be to

ensure the technical standards and workmanship, materials, and quality are being

maintained in accordance with the Scope of Work.

The Contractor shall design, supply and install an additional cross-over which

satisfies to the minimum requirements of the specification and Employer’s

Requirements. The Contractor shall submit full details of the proposed design to the

Engineer for review and approval and shall not commence until written acceptance

has been received from the Engineer.

16.3.3.1. Special Trackworks

The Work of the Contractor in this section refers only for the installation of the new

double cross-over turnout and replacement of affected plinth/switch ties and other

associated fastening system that found defective during the execution of the work. It shall be in accordance to design, specifications, standards and scope of work.

16.3.3.1.1. Quality Assurance

a. The Contractor shall establish, implement and maintain a quality

assurance program to provide verification of compliance with contract

requirements. The quality assurance program shall consist of detailed

procedures and instructions for monitoring and controlling those

activities related to quality during design, fabrication, delivery,

handling, storage, installation, inspection and testing. The areas which

the quality assurance program shall address include the following:

Review and control quality procedures and instructions,

Calibration of construction measuring and testing tools and

equipment,

Qualification and certification of Personnel

Tests and inspections

Procurement quality assurance,

Identification and control of items, and

Handling, delivery and storage of materials.

b. Adequate records shall be maintained by the Contractor in accordance

with the requirements of his quality assurance program and shall

include the following:

Evaluation of subcontractors’ and suppliers’ qualifications and

past performance,

Results of inspections and tests,

Certificates of compliance,

Qualified procedures for special processes,

Personnel certifications,

Measuring and test equipment calibration certificates, and

Transmittals of contract related information.

c. The appropriate requirements of the Contractor’s quality assurance

program shall be imposed upon subcontractors and suppliers.

d. The quality assurance activities of the Contractors/subcontractors and

suppliers will be subject to Engineer’s verification, inspection and

audit at any time.

16.3.3.1.2. Submittals

The Contractor must submit the following for Engineer’s review and approval:

a) Shop drawings showing details and arrangements of special trackwork

location,

b) Proposed welding, joining and test procedures for special trackwork,

c) Contractor’s system specification for marking and identifying sizes

types and composition of products, as well as identifying parts for the

purpose of proper location during installation,

d) Certificates of material compliance required by this specifications,

e) Test report of chemical analysis and Brinell hardness of running rail,

electric insulation and other tests required by this specififcations.

16.3.3.1.3. Inspection and Acceptance

For the inspection of material under this Contract, the terms set forth in

“Materials Inspection, Test and Claims,” under the UIC Specifications for

Special Trackwork shall apply, except as listed herein.

The Contractor will make available to the Engineer all the necessary facilities

to examine the work during its progress as well as the finished product to

satisfy him that the materials comply with the Specification. The Contractor

will provide templates and 1 meter straight edges to check flangeways, rail

end and switch rail planning.

16.3.3.2. Rails

This section specifies the supply and installation of the new double cross-over

turnout with complete ancillaries at the North Avenue Station turnback in

accordance to specification and standards.

16.3.3.2.1. Test Requirements

The Contractor shall perform the following tests:

a) Chemical composition analysis

b) Mechanical property

c) Tensile strength

d) Brinell hardness test

e) Shape, dimension and appearance inspection

f) Ultrasonic test

Each rail shall be ultra sonically tested over its full length to determine its

interior conditions prior to delivery to the work site. The rail must be free from

all detrimental defects having unfavorable effect on the strength of the rail

while in service.

The Contractor shall be responsible for all required testing and shall give

Engineer sufficient notice of proposed testing so that Engineer may inspect

and witness the tests in accordance to UIC specifications.

16.3.3.2.2. Quality Assurance and Inspection

This section shall also conform to 3.1-5.0

The quality system for rail manufacture shall be certified at least to ISO 9002

and shall be based on precise terms and conditions which ensure compliance

with the various rail specifications.

The Engineer will monitor from time to time the Contractor’s methods,

procedures and processes for compliance with the acceptance program and all

records of test and inspection.

16.3.3.2.3. Marking, Packaging, Handling, Transporting and Storage

a. Obligatory marks in the UIC 54 rail shall be in accordance with UIC Code

860 O as follows in-relief marks which shall be very legible in characters

raised on one side of the web indicating:

Identification mark of the mill,

Year of manufacture (last two figures),

Symbol of steel grade, and

Symbol of rail section in kg/m weight

b. The Contractor shall submit for approval a detailed procedure for marking,

packaging, delivery, handling, transporting and storage of rails. Contractor

shall take all necessary precautions to ensure that rails will not be bent,

deformed or damage during handling and transporting and it shall be kept

clear of any standing water during stacking and storage.

16.3.3.2.4. Submittals

The contractor is required to submit the following:

a. Certification that rail manufacturer has at least 10 years experience in the

large scale manufacture of running rails as specified herein and as supplier

of rail to major railroads and transit systems.

b. Certification from supplier or manufacturer that all the rails manufactured

and delivered on site are in conformance with UIC specification and that

the required tests were performed as represented by the submitted test

result.

c. Tests Certificates as prescribe in 3.1-5.0

d. Detailed production process of rails

e. Certification of the manufacturer’s process in accordance to ISO 9002 and,

f. All other documents needed for the completion of work.

Rails shall be guaranteed by the supplier/manufacturer from date of manufacture

plus 5 years to the date of acceptance of works against any defects attributable to

manufacture.

16.3.3.3. Track Appurtenances and Other Track Materials

This section specifies the requirements for the design, supply and installation of

other track materials required for the installation of new double cross-over

turnout with complete ancillaries at the North Avenue Station turnback.

16.3.3.3.1. Submittals

The Contractor shall submit all detailed design drawings for each trackwork

materials in accordance with applicable specifications and subject for

Engineer’s review approval.

f) Detailed design drawing for each Other Track Materials and

corresponding fastening system

g) Installation methods and procedures

h) Materials manufacturer specifications

i) Material compliance certificate and testing results

j) And other submittals required to complete work

16.3.3.4. Welding of Rail

Unless specified, this section specifies the furnishing of all labor, material,

equipment and services by the Contractor which are necessary for joining new

UIC 54 rails using alumino-thermic welding process in accordance to approved

specifications, standards and manufacturer specification for materials and

equipment.

16.3.3.4.1. Rail Welding

Welding process shall include the following procedures:

k) Inspection of rail ends

l) Rail cutting and set the required gap

m) Loosening of rail fastenings

n) Rail end preparation and alignment

o) Preheating and welding

p) Finishing and alignment

q) Weld testing

r) Replacement of defective welds

s) Records of thermit welding

Each procedure shall be in accordance with the AREA Manual for Railway

Engineering, the products or welding kit specifications itself and other

applicable standards.

16.3.3.4.2. Quality Assurance

This section shall conform to requirement 3.1-5.0

16.3.3.4.3. Weld Testing

All weld testing and submittals shall be performed by a duly accredited

independent testing laboratory in accordance with quality control requirements

and applicable standards. In order to qualify the welding kits, welding crews

and production welds; the following test shall be carried out:

a) Radiographic testing

b) Ultrasonic testing

c) Slow bend testing

d) Hardness test

e) Rolling load test

f) Magnetic particle test

g) Visual test

16.3.3.4.4. Tolerances

All alumino-thermic welds will be in the suspended portion of rail between

supports. The weld shall not encroach 150 mm from tie ends or baseplate

support. Finished weld using 1 meter straight edge shall have the following

tolerances

a) Rail head surface +0.3/0.0 mm

b) Rail gauge face +0.3/0.0 mm

16.3.3.4.5. Submittals

The Contractor shall submit the following:

t) Detailed specifications, proposed materials, methods and procedures to

be used for the thermit welding process,

u) Certification from the supplier or manufacturer that the materials

delivered to site conforms to the specifications,

v) Welding supervisor qualifications with a minimum 3 years thermit

welding experience. The welding supervisor shall be replaced only

with the Engineer’s prior approval,

w) All material testing and weld test results,

x) Test equipment certificate and calibration.

16.4. POWER SUPPLY AND OCS

16.4.1. General Requirements

Due to the planned construction of the Terminal Station of LRT Line 1 which will be

located besides Trinoma and adjacent to MRT3 station, the existing turnback facility

of MRT3 will be modified from simple turnout to double crossover turnout, additional

OCS will be installed as well.

16.4.1.1. Re-Configuration and Extension of the OCS

This Specification defines the minimum requirements to be met by the

Contractor’s proposed reconfiguration and installation of OCS along the double

crossover turnout at North Avenue Station.

The OCS supplied and erected under this Contract shall be integrated and

compatible with the existing OCS system installed on the MRT 3 line. The new

installation shall satisfy the requirements with respect to vehicle envelope,

pantographs, interface, service life, safety, reliability and maintainability.

All OCS assemblies, fittings and components removed from the existing

installation shall be reused wherever possible for the new installation.

Prior to Contract Award, the Contractor must demonstrate that he has a very clear

understanding of the existing OCS Equipment and Systems. In this connection,

visits to MRT 3 are mandatory during the tendering period to ensure that the

Contractor is fully aware of the present ‘as installed’ systems and the necessity for

compatibility and integration with the new equipment and systems.

As the Works under this Contract will involve activities on a ‘live’ railway, the

Contractor shall adopt and adhere to the Operator’s Rules of Procedures at all

times. All works shall be done during non-revenue hours.

Under no circumstances, shall the Contractor cause disruption to the revenue

service. All staging works, timing and method statements shall be approved by the

Engineer before any night or day work is permitted to commence.

16.4.2. The Existing OCS System

The existing OCS system is of traditional metro design for a 750 Vdc railway utilizing

pole mounted cantilevers, messenger wires, droppers, contact wires, tensioning

devices, anchor blocks, section insulators, insulators and guy wires.

16.4.3. Scope of Works

The Scope of Works shall include but not limited to:

Detailed design, procurement, delivery, installation, testing and

commissioning.

Integration of the new tension lengths with the existing system utilizing the

same assemblies and components or equivalents as presently installed.

Interfaces with civil, track and signaling works.

Replacement of contact wires, messenger wires and droppers.

Rearrangements of tensioning devices and anchors.

Electrical and Mechanical design calculations.

Submission of material samples for approval by the Engineer inclusive of

corrosion protection such as galvanizing and steel MIL specifications.

Rectification of defects during DLP.

Training

O&M manuals inclusive of parts catalogue, repair instructions, maintenance

instructions, test results from commissioning.

As built drawings, schematic drawings, line diagrams, interface drawings and

dimensional/tolerance criteria.

Recommendations for the provision of spares and special tools in

liaison/coordination with the Maintenance Provider.

16.4.3.1. Contractor’s Responsibility

The Contractor shall take full responsibility for the detailed design, construction

and performance of the OCS under this section of the overall Contract.

16.4.4. Catenary Conductors

Contact wire shall be made up of 170mm2 solid grooved hard drawn copper

conforming to ASTM B47. The upper lobe of the contact wire shall match the

existing contact wire installed at MRT 3 to assure interchangeability of clips. Other

contact wire particulars include:

Weight : 1.511 kg/m

Breaking Load : 5900 kg

Coefficient of Expansion : 1.7 x 10-5 /0C

Resistance @ 200C : 0.1040 Ω/km

Modulus of Elasticity : 12000 kg/mm2

Conductor tensions shall be in accordance with the requirements of appropriate

ASTM standards. Thirty percent cross-sectional area loss due to wear of the contact

wire and the effect of the temperature change shall be taken into consideration in the

design of the conductor tension and ampacity.

The ampacity of the OCS shall meet the operational requirements of four-car trains

running at 120-second headways with a traction power configuration proposed in the

Concept Design Drawings.

16.4.4.1. Insulators

Insulators shall be porcelain, toughened glass polyester or other material with

proven rail or railway system service. Insulators shall have a single or multiple

sheds designed for minimum maintenance requirements and be self cleaning by

the action of rain. Double insulation is not required as it is not intended to carry

out ‘live line’ work.

16.4.4.2. Splices

Each wire run of contact wire must be continuous from anchor to anchor except in

the case of cut-in insulators. Contact wire splices shall not be permitted. Feeder

wires may have splices as required to connect drum lengths of conductor. The

manufacturer shall warrant that splices are capable of withstanding tensions up to

100% of the breaking load of the conductor.

16.4.4.3. Section Insulators The OCS Contractor is to provide Section Insulators at locations indicated.

The Section Insulators (SI) shall be designed and installed in such a way that it shall provide a smooth passage to pantographs without any loss of contact and

without the introduction of unreasonable mechanical forces.

The SI shall permit the pantograph on the vehicle to collect the maximum demand

current without interruption during passage across the SI.

17. DOCUMENTATION

17.1. CONSTRUCTION DRAWINGS AND MANUALS

17.1.1. Consequent upon Site(s) surveys, Preliminary Engineering Design shall be prepared and

furnished by the Contractor in four (4) hard copies and one (1) electronic CAD File (for

the remaining submittals as of the date of the effectivity of this Contract), for confirmation

of DOT-MRT3. Subsequent to the confirmation of the Engineering Design by the DOT-

MRT3 Engineer, the Construction Drawings shall be prepared and furnished by the

Contractor in four (4) hard copies and one (1) electronic CAD File (for the remaining

submittals as of the date of the effectively of this Contract), for approval of the DOT-

MRT3 PMO,within such time limits as are given in the Project Implementation Schedule.

If additional Construction Drawings or other information are necessary to complete any

part of the Works, such drawings or information shall be prepared by the Contractor and

submitted to DOT-MRT3 PMO for approval. If the DOT-MRT3 PMO does not reject or

comment on any drawings within fifteen (15) days from the date of its submission to the

Employer subject to the agreed schedule, the DOT-MRT3 PMO shall be deemed to have

approved them. All drawings submitted and approved will form part of the Contract.

17.1.2. Any work done prior to the approval of drawings shall be at the Contractor's risk. The

approval of the drawings by the DOT-MRT3 PMO shall not be construed as a complete

check but will indicate only that the general method of construction and detailing is

satisfactory. Approval by the DOT-MRT3 PMO of the Contractor's drawings shall not

relieve the Contractor of the obligation to meet all the requirements of the Contract, or of

the correctness of the Contractor's Drawings, or of the responsibility for correct fit of

assembled parts in final position, or of the responsibility for the adequacy of method of

construction.

17.1.3. The Contractor shall prepare the Project Implementation Plan (Project Management

Document), quality assurance, control plan, health, safety, and environment (HSE) plan

(for design and construction), security plan, traffic management plan, testing and

commissioning plan and training plan.

17.1.4. In case any underground Public Utilities, which are not indicated in the diagram provided

by the DOT-MRT3 PMO, are damaged during the construction, the Contractor shall

arrange necessary measures to minimize further damage and inform the DOT-MRT3 PMO

immediately. The DOT-MRT3 PMO shall beresponsible for taking prompt action to repair

the damaged utilities at its own cost.

17.2. As-Built Drawings

The Contractor shall supply to the DOT-MRT3 PMO As Built Drawings (in A1 or otherwise

agreed by both parties) of the Works, including electronic files (in PDF file and in AutoCAD

File), showing all Works as executed, within sixty (60) days after the Date of Completion. The

PDF file shall be the official and binding electronic copy of the As-Built Plans of the Project.

The AutoCAD File shall be for the exclusive use of the DOT PMO only and shall not be shared

or given to third parties without the prior written consent of the DOT/DOT-MRT3.

17.3. Operation and Maintenance Manual

The Contractor shall prepare and submit to the DOT-MRT3 PMO, ninety (90) days prior to the

scheduled date of training, for its information, operation and maintenance manuals in

accordance with the Contract, and in sufficient detail for the DOT-MRT3 to operate, maintain,

dismantle, reassemble, adjust and repair (as may beforeseeably required) the Works. The Works

shall not be considered to be completed,until such operation and maintenance manuals have

been submitted to DOT PMO.

17.4. Inspection in the Factory

The key equipment for Power Supply and Depot Equipment shall be inspected in the factory by

the DOTMRT3 PMO. The DOTMRT3 PMO shall delegate its Representative to conduct these

inspections. The detailed arrangement including time, plan and numberof DOTMRT3PMO

Representatives will be scheduled by the parties in advance of the inspection. The Contractor

shall be responsible for providing the travel ticket, foodand accommodation of the DOT-

MRT3PMO Representatives.

18. TEMPORARY FACILITIES

The contractor shall supply the following provisions within ten (10) calendar days upon receipt

of Notice to proceed (NTP)

A. SERVICE VEHICLE. This covers the provision of service vehicle of at least 2012 model,

with air-con, in good running condition and updated registration including driver and twelve

(12) liters of fuel per day for the exclusive use of the DOT-MRT3 Engineer supervising the

project for the period of four hundred fifty (450) calendar days. Maintenance and fuel cost for

the service vehicle shall be included under this item.

B. This covers the provision for the supply of the following:

1. Desktop Computers – Five (5) units. 21.5 “LED Flatscreen Monitor, with processor

compatible with i7, hard disk drive 1TB 3.5 SATA, 4GB PC 1600 DDR3 memory card, 2GB

DDR3 128 Bit Video Card, mid tower durable CPU casing, DVDRW IHAS-122 22x SATA

optical drive, standard keyboard, optical mouse, windows 8 operating system and 2013

edition MS Office (Genuine).

2. Printer (continuous ink system) - Two (2) unit with continuous ink system (4 color/set)

19. PROJECT DURATION

19.1 The Contractor agrees and obligates itself to perform and complete all works provided under

the Contract and Bidding Documents within:

1. Four Hundred Fifty (450) Calendar Days from the Start Date.

2. The Stabling Trackjs in the SEpot must be completed witin One Hundred Eighty (180)

Calendar Days form the Start Date.

3. The Upgrade of Traction Power must be completered within Three Hundred (300)

CalendarDays from the Start Date.

19.2 Working window time is from 12:00MN to 3:59AM including mobilization and clearing of

mainline.

19.3 Failure to Relinquish Mainline Track Possession

In the event the Contractor fails to complete the works and relinquish its track possession

unless such failure is made is due to a fault for which DOTC-MRT3 is responsible, the

Contractor shall be liable to DOTC-MRT3 for revenue losses resulting from this delay using

the following penalty rates:

1. 4:00 AM to 5:00 AM PhP 1,000 per minute

2. 5:01AM to 11:59PM PhP 5,000 per minute